Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

CAP, PRESSURE

Process Number SPRMM121QRC37

USA

Dates:


Notice ID:

SPRMM121QRC37

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

SPRMM1 DLA MECHANICSBURG

Office:

SPRMM1 DLA MECHANICSBURG

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

oct 27, 2021 03:28 am edt

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

oct 12, 2021

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

dec 11, 2021

Original Inactive Date:

oct 27, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

99 - miscellaneous

NAICS Code:

333999 - all other miscellaneous general purpose machinery manufacturing

Description:


Original Set Aside:

CONTACT INFORMATION|4|ZIBA11, A. PUCHALSKY|CP4|717-550-3120|Amy.Puchalsky@dla.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|EXEMPTED BY MILITARY SERVICE||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 OR ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD|TBD| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|X||X|X|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (SEP 2021)|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE QUANTITY FOR LINE ITEM 0001AC IS REDUCED BY 5 EACH FROM 7 EACH TO 2 EACH. THE QUANTITY FOR LINE ITEM 0001AD IS REDUCED BY 4 EACH FROM 6 EACH TO 2 EACH. EACH. THE ABOVE ACTION RESULTS IN A REDUCTION IN THE TOTAL QUANTITY FROM 18 EACH TO 9 EACH. THE OPTION UNDER LINE ITEM 0001AE REMAINS AT 100% HOWEVER THIS NOW EQUALS 9 EACH IN LIEU OF 18 EACH. THE CLOSING DATE FOR THE SUBJECT SOLICITATION IS EXTENDED TO 26 NOV 2021. THE SUBJECT SOLICITATION WAS ORIGINALLY SOLICITED AS A 100% SMALL BUSINESS SET ASIDE. DUE TO NO OFFERS BEING RECEIVED, THE SET ASIDE IS DISSOLVED AND THE SOLICITATION CLOSING DATE IS BEING EXTENDED TO 19 NOV 2021. \ PLEASE PROVIDE AN EMAIL ADDRESS WITH ANY OFFER SUBMISSIONS IN CASE FOLLOW-UP COMMUNICATIONS ARE REQUIRED. THIS SOLICITATION IS BEING ISSUED UNDER SPECIAL EMERGENCY PROCUREMENT AUTHORITY (SEPA). IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE: A ACTUAL MANUFACTURER: CAGE CODE: ADDRESS: IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE TAKE NOTE TO THE TRACETRACEABILITY REQUIREMENTS CITED IN CLAUSES DLATERMHZ01 AND DLATERMHZ03 IN THE SOLICITATION. PROPOSED DELIVERY IS ______ DAYS ADC. INSPECTION OF MATERIAL WILL BE PERFORMED AT: __________________________________________________________ _ ___________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE PERFORMED AT: __________________________________________________________ __________________________________________________________ THE OPTION PROVISION IS INCLUDED IN THE EVENT THE GOVERNMENT HAS AN ADDI REQUIREMENT AFTER ISSUANCE OF THE AWARD. THIS WILL AUTHORIZE THE GOVERNMENT TO ADD THE ADDITIONAL QUANTITY, UP TO THE PERCENTAGE CITED, TO THE ORDER, VIA MODIFICATION WITHOUT HAVING TO RESOLICIT. IT IS REQUESTED THAT PRICING BE SUBMITTED ON THE OPTION PROVISION. EVALUATION FOR THE AWARD OF THE PROPOSED REQUIREMENT WILL BE BASED UPON THE LOWEST AGGREGATE TOTAL PRICE SUBMITTED FOR THE TOTAL QUANTITY, INCLUSIVE OF THE OPTION PROVISION. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CAP, PRESSURE . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |M |051202|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CAP, PRESSURE furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;17476 1014009-103; 3.2 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.3 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.4 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.5 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

Attachments / Links:


Document Size Updated date Download

Contact Information:


DLR PROCUREMENT OPS DSCC-ZI COC W5 P. O. BOX 2020, 5450 CARLISLE PIKE

MECHANICSBURG , PA 17055-0788

USA

Primary Point of Contacts:

Telephone: 7175503120