66--TRANSDUCER,LINEAR, IN REPAIR/MODIFICATION OF
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 06, 2026. Industry: NAICS 334515 • PSC 6695.
Market snapshot
Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334515
Description
CONTACT INFORMATION|4|N742.16|WYA|N/A|robert.h.langel.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|5|180||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|N4971A QTY 5|TBD|FBW-SFCC|N/A|N/A|N/A|N/A|N/A|See form DD1423 |robert.h.langel.civ@us.navy.mil | MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|TBD| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| FIRM FIXED PRICE REPAIR PURCHASE ORDERS|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||x| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||x|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334515|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to increase the quantity as indicated. \ 1.Data Item A001 and A002 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.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. 3.Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 4.If the offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and CAGE) and the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. 5.If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 6.The resulting contract from this request for proposal/request for quotations will utilize Commercial Asset Visibility (CAV). See NAVSUPWSSFA24 for more details. 7.Please submit: Estimated (EST) pricing or Firm Fixed Price (FFP). Please also provide an approximate cost of new item if available. 8.A beyond repair/beyond economical repair price shall also be provided in addition to the repair price at the time of submission of quote. 9.Do not include the cost for shipping material as the government-implemented shipping system or ATAC will be shipping/delivering material. 10.Vendor shall have 45 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 11.The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. Requested RTAT: 180 Days 12.This is a sole source requirement. 13.This Delivery Order will be placed on BOA N0010422GZD01, and terms and conditions from the BOA will apply. \ 1. SCOPE 1.1 The material identified in this contract/purchase order will be used in a crucial shipboard system; therefore, this material has been designated as a Fly-By-Wire(FBW) Submarine Flight Critical Component (SFCC) and identified with a Special Material Identification Code (SMIC) on the outer wrapping which identifies thisNIIN as a FBW SFCC. SMIC identifiers are "VU" for Virginia Class "SW" for Seawolf Class, and "SC" for Columbia Class. As such, special control procedures are invoked to assure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 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 must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-1686 | | |C |951025|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | | |940701|A| | | DOCUMENT REF DATA=MIL-Q-9858 | | |A |950905|A|3 | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markingsto each unit throughout refurbishment. 3.1.2 RE-USEABLE PARTS - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 NON-USEABLE PARTS - Any parts of the original assembly that are not usable (replacement is necessary) must be in accordance with this TDP (Technical Data Package). 3.1.4 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;96169 EB-4857; , except as amplified or modified herein. This applies to all "Parts Requiring Certification" as identified elsewhere in this Contract/Purchase Order. 3.1.5 Additional SOW Requirements - ;N/A; 3.2 NAVSEA T9044-AD-MAN-010 REQUIREMENTS MANUAL FOR SUBMARINE FLY-BY-WIRE SHIP CONTROL SYSTEMS - All applicable elements of NAVSEA T9044-AD-MAN-010 for which the contractor must comply, are included in this contract or purchase order. NAVSEA T9044-AD-MAN-010 is for official use only and distribution is to comply with Distribution Statement D. 3.3 Configuration Control - The Contractor must maintain the total equipmentbaseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.3.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Submarine Program manager (SPM) via the Procurement Contracting Officer (PCO). The Contractor must provide a copy of this request to the QAR. Requests for Waivers/Deviations must be prepared using form LI/DSS/SFCC WD-1 (Local) or in Contractor format, and must include the following information: a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance). b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of thenon-conformance. 3.3.2 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and changejustification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. 3.4 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with MIL-I-45208, MIL-Q-9858, or ISO9001:2008 (except as amplified or modified herein) with the calibration system requirements of MIL-STD-45662, ISO10012, or ANSI-Z540.3. Quality systems in accordance with ISO9001:2000, ISO9001:1994, or ISO9002:1994 are acceptable alternates. 3.5.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.5.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.5.3 See CDRL DI-QCIC-81110 (INSPECTION SYSTEM/QA PROCEDURE) - All suppliers of SFCC material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.5.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected, and the nature of corrective action taken as appropriate. 3.6.1 The supplier's calibrated gages that measure and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.6.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.8 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.8.1 Visual examination upon receipt to detect damage during transit. 3.8.2 Inspection for completeness and proper type. 3.8.3 Verification of material quality received. 3.8.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.8.5 Functional testing, for use during certification testing, as required by the Contract to determine satisfactory operation. 3.8.6 Identification and protection from improper use or disposition. 3.8.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.8.8 For GFE material, and as required by the terms of the bailment agreement the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.8.9 Material returned to the contractor must be handled as GFM. 3.9 Traceability and Certification Requirements - To assure that correct materials are installed in FBW SCS SFCC systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3 of Section C of this contract/purchase order. 3.9.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-80678 and elsewhere in the contract/purchase order. 3.10 Material Traceability - Material traceability codes must be permanently applied to the material and annotated on test reports for each individual SFCC. An adhesive mounted durable tag may be used for electrical/electronic components. Traceability marking must be a unique vendor traceability number/code, or a combination thereof to maintain complete traceability to certification OQE. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.11 Receiving Inspection: 3.11.1 SFCC certifying activities must conduct material receipt inspections of all components just prior to SFCC certification to ensure that they meet the form and fit requirements of the invoked ship and system specifications. FBW SCS SFCCs must be receipt inspected in accordance with the material specification requirements of the applicable procurement contract and all contractually invoked Waivers, Deviations, and engineering changes thereto. 3.11.2 Receipt inspection processes must be performed using approved formal inspection procedures that specify the SFCC attributes and the required inspections and test that are required to verify the SFCCs conform to the applicable specification, drawing, and purchase order requirements. 3.11.3 SFCC certifying activities must conduct functional performance testing on all SFCCs to verify the individual SFCCs meet the invoked system and component performance specification. This testing can be performed as a part of the SFCC certification process. 3.12 Material Handling: 3.12.1 Material handling and control procedures must provide methods for FBW SCS SFCCs from fabrication and certification through issue, receipt, and inspection. FBW SCS components may be considered SFCCs beginning with the start of certification process (material receipt inspection) through installation. 3.12.2 FBW SCS SFCCs that are awaiting or undergoing receipt inspection, retained in the Navy supply system storage, or awaiting or undergoing certification, must be physically…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.