48--VALVE,LINEAR,DIRECT
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| DESIRED AND REQUIRED... ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|14|180||||||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS HEREBY EXTENDED TO 22 DECEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS 01 DEC 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 30 SEP 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THIS AMENDMENT IS TO UPDATE THE FOLLOWING: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 22 SEPTEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THIS AMENDMENT IS TO UPDATE THE FOLLOWING: THE CLOSING DATE FOR QUOTES IS HEREBY EXTENDED TO 13 AUGUST 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). This is a FFP unit procurement price to acquire 14 each VALVE,LINEAR,DIRECT,NSN 7HH 4810 015443526. This is the only NSN authorized for procurementagainst this procurement order. The period of performance is 180 days from the date of this order. The vendorwill make every effort to deliver prior to the established delivery date ofthis order at no cost or liability to either party. Early and incrementaldeliveries are authorized. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). The following applies to this C-contract: DCMA must provide inspection and acceptance of all unit(s) under this contract prior to shipment. Failure to ensure DCMA inspection and acceptance occurs prior to shipment will prevent or delay payment. Contractor POC Name: ________________ Phone Number: _______________ Email: _______________ \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,LINEAR,DIRECT . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,LINEAR,DIRECT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;78062 52122-001; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 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 NAVICP-MECH Contracting Officer has 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, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement 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 ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. 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. 3.4 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 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. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days 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. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin 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. Theymay 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 ContractNumber, 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 NAVSUP-WSS 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 enue: Commanding Officer NAVSUP-WSS 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: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
Data sourced from SAM.gov.
View Official Posting »
48--VALVE,LINEAR,DIRECT
NSN 7H-4810-015443526, TDP VER 003, REF NR 52122-001, QTY 14 EA, DELIVERY FOB ORIGIN. 1. THIS REQUIREMENT IS FOR THE MANUFACTURE OF QTY 14 VALVE,LINEAR,DIRECT, NSN 7HH 4810 015443526, P/N 52122-001 IA... NSN 7H-4810-015443526, TDP VER 003, REF NR 52122-001, QTY 14 EA, DELIVERY FOB ORIGIN. 1. THIS REQUIREMENT IS FOR THE MANUFACTURE OF QTY 14 VALVE,LINEAR,DIRECT, NSN 7HH 4810 015443526, P/N 52122-001 IAW THE IRPOD/TDP. THE REQUIRED DELIVERY IS 180 DAYS AFTER THE DATE OF CONTRACT. 2. THE SOLICITATION NUMBER IS N00104-25-R-YG45. TO OBTAIN A COPY OF THE SOLICITATION, CONACT THE CONTRACT SPECIALIST LISTED BELOW AND PROVIDE YOUR CAGE CODE. TAYLOR FASCHING, TAYLOR.M.FASCHING.CIV@US.NAVY.MIL 3. ALL RESPONSIBLE SOURCES MAY SUBMIT A PROPOSAL WHICH SHALL BE CONSIDERED IF IT IS SUBMITTED WITH THE REQUIREMENTS OF THE SOLICITATION. 4. IN ORDER FOR YOUR OFFER TO BE CONSIDERED, YOU MUST SUBMIT THE ENTIRE RFP COMPLETED AND SIGNED, PRIOR TO THE CLOSING DATE/TIME LISTED ON THE RFP. 5. NECO OFFERS WILL NOT BE ACCEPTED. 6. GOVERNMENT SOURCE INSPECTION IS REQUIRED. 7. TECHNICAL DOCUMENTS ASSOCIATED WITH THIS SOLICITATION, SUCH AS DRAWINGS, INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD), STRS, AND OTHER PROCUREMENT RELATED DOCUMENTS MAY BE OBTAINED AT: HTTPS://LOGISTICS.UNNPP.GOV THIS WEBSITE REQUIRES A PASSWORD AND PRE-REGISTRATION. PLEASE CONTACT THE E-COMMERCE HELP DESK AT 518-395-4357 TO REGISTER OR FOR HELP LOGGING INTO THE WEBSITE. A HARD COPY OF THE IRPOD AND/OR DRAWINGS WILL NOT BE MAILED TO YOU. 8. INTERESTED PARTIES MAY OBTAIN COPIES OF MILITARY AND FEDERAL SPECIFICATIONS AND STANDARDS, QUALIFIED PRODUCTS LISTS (QPLs), QUALIFIED PRODUCT DATABASES (QPDs), MILITARY HANDBOOKS, AND OTHER STANDARDIZED DOCUMENTS FROM THE DOD SINGLE STOCK POINT (DODSSP) AT DOCUMENT AUTOMATION AND PRODUCTION SERVICE (DAPS) IN PHILADALPHIA, PA. NOTE: PATTERN, DRAWINGS, DEVIATION LISTS, PURCHASE DESCRIPTIONS, ETC. ARE NOT STOCKED AT DODSSP. MOST DOCUMENTS ARE AVAILABLE IN ADOBLE PDF FORMAT FROM ASSIST-ONLINE AT: HTTP://ASSIST.DLA.MIL/ONLINE/START/ DOCUMENTS NOT AVAILABLE FOR DOWNLOADING FROM ASSIST CAN BE ORDERED FROM DODSSP USING THE ASSIST SHOPPING WIZARD, AFTER ESTABLISHING A DODSSP CUSTOMER ACCOUNT BY FOLLOWING THE RESIGRATION PROCEDURES OR BY PHONING THE DODSSP SPECIAL ASSISTANCE DESK AT 215-737-8000. USERS NOT HAVING ACCESS TO THE INTERNET MAY CONTACT THE DODSSP SPECIAL ASSISTANCE DESK AT 215-737-8000. 9. ONE OR MORE ITEMS UNDER THIS ACQUISITION MAY BE SUBJECT TO AN AGREEMENT ON GOVERNMENT PROCUREMENT APPROVED AND IMPLEMENTED IN THE UNITED SPATES BY THE TRADE AGREEMENTS ACT OF 1979. ALL OFFERS SHALL BE IN THE ENGLISH LANGUAGE AND IN U.S. DOLLARS. ALL INTERESTED SUPPLIERS MAY SUBMIT AN OFFER. 10. THE PROPOSED CONTRACT ACTION IS FOR SUPPLIES OR SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE SOURCE UNDER THE AUTHORITY OF FAR 6.302. INTERESTED PERSONS MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT OR SUBMIT PROPOSALS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. HOWEVER, ALL PROPOSALS RECEIVED WITHIN FORTY-FIVE DAYS (THIRTY DAYS IF AWARD IS ISSUED UNDER AN EXISTING BASIC ORDERING AGREEMENT) AFTER DATE OF PUBLICATION OF THIS SYNOPSIS WILL BE CONSIDERED BY THE GOVERNMENT. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE WITH THIS PROPOSED CONTRACT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. 11. BASED UPON MARKET RESEARCH, THE GOVERNMENT IS NOT USING THE POLICIES CONTAINED IN FAR PART 12, ACQUISITION OF COMMERCIAL ITEMS, IN ITS SOLICITATION FOR THE DESCRIBED SUPPLIES OR SERVICES.
Data sourced from SAM.gov.
View Official Posting »