Navigate the lattice: hubs for browsing, trends for pricing signals.
CONTACT INFORMATION|4|N741.P08|ER2|215-697-5095|JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving report (Combo) Type||Cognizant DFAS|N00104|Cognizant DCMA|Cognizant DCMA|SEE SCHEDULE|SOURCE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOERY OF DEFECT||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|332991|1250|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to extend the offer due date until 20 FEB 2026. The purpose of this amendment is to extend the offer due date until 16 JAN 2026. The purpose of this amendment is to extend the offer due date until 12 DEC 2025. All other terms and conditions remain the same. The purpose of this amendment is to extend the solicitation close date until 06 NOV 2025. The purpose of this amendment is to extend the solicitation close date until 29 AUG 2025. This is an EAF spares requirement is for quantity 1 BEARING UNIT PLAIN (7HH 3130 015481560 SQ). This requirement is 100 Percent set-aside for small businesses. The Government will issue an award resulting from this Request for Quotation (RFQ) to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate competitive offers received in response to this RFQ: 1.Price 2.Non-Price Factors a.Delivery Lead Time. The proposed delivery lead times and schedules will be evaluated and the proposed delivery lead time considered to be in the best interest of the Government will be rated higher than other delivery lead times proposed. b.Past Performance. The offeror?s past performance on related contractswill be evaluated to determine, as appropriate, successful performance ofcontract requirements, quality and timeliness of delivery of goods andservices, cost management, communications between contracting parties, proactive management, and customer satisfaction. All non-price evaluation factors, when combined, are approximately equal to price. 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. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Lower Bearing Assembly #12; for use on Navy submarines. ; 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 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. DRAWING DATA=6853520 |53711| L| |D| | | | DRAWING DATA=7094231 |53711| K| |D| | | | DRAWING DATA=7094232 |53711| B| |D| | | | DRAWING DATA=7094233 |53711| B| |D| | | | DRAWING DATA=8627964 |53711| A| |D| | | | DOCUMENT REF DATA=FF-S-86G | | | |210127|A| | | DOCUMENT REF DATA=FF-S-92D | | | |200608|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |000930|A| |04| DOCUMENT REF DATA=MIL-STD-130N | | | |121116|A| |01| DOCUMENT REF DATA=QQ-N-281D | | | |851023|A| | | DOCUMENT REF DATA=ASME B46.1 | | | |190101|A| | | DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-STD-2035A | | | |950515|A| | | DOCUMENT REF DATA=NASM20995 | | | |190531|A| | | DOCUMENT REF DATA=NASM33540 | | | |151218|A| | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=SAE AMS5845K | | | |190701|A| | | DOCUMENT REF DATA=MIL-DTL-18240F | | | |000313|A|1 | | DOCUMENT REF DATA=FED-STD-28/20B | | | |940310|A| | | DOCUMENT REF DATA=MIL-I-45208A | | | |951103|A|2 | | DOCUMENT REF DATA=ASTM A240/A240M | | |A |201115|A| | | DOCUMENT REF DATA=NYLATRON GSM BLUE PA6 (COML) | | | | |A| | | DOCUMENT REF DATA=POLYETHYLENE UHMW 1900 (COML) | | | | |A| | | DOCUMENT REF DATA=POLYETHYLENEUHMW1900LTBL(COML)| | | | |A| | | DOCUMENT REF DATA=NAVSEATECHS9074-AQ-GIB-010/248| | | |950801|A| | | DOCUMENT REF DATA=NAVSEATECHS9074-AR-GIB-010/278| | | |130204|A| | | DOCUMENT REF DATA=NAVSEATECHT9074-AS-GIB-010/271| | |1 |140911|A| | | DOCUMENT CHANGE DATA=AMS 5845 |SAE AMS5845 DOCUMENT CHANGE DATA=ASTM A240 |ASTM A240/A240M DOCUMENT CHANGE DATA=MIL-F-18240 |MIL-DTL-18240 DOCUMENT CHANGE DATA=MS20995 |NASM20995 DOCUMENT CHANGE DATA=MS33540 |NASM33540 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Lower Bearing Assembly #12; furnished under this contract/purchase order shall meet the material, mechanical, physical, welding and test requirements as specified on Drawings 6853520, Item No. 12 (consisting of Items 3 thru 11), 7094233, Item No. 1 (consisting of Items 2 and 3), 7094232, Item No. 1, 7094231, Item No. 12 (consisting of Items 2 thru 11, 13) and 8627964, Item No. 1 including associated specifications mentioned in this procurement. ; 3.1.1 ;The Self-Locking Element (Nylok, Configuration "A") furnished under this order shall be in accordance with MIL-DTL-18240 and shall be products which are qualified on the applicable qualified products list (QPL).; 3.1.2 ;The supplier shall perform all welding and nondestructive testing and inspection on Extension Weldment Assembly #12 in accordance with the requirements of NAVSEA Technical Publications S9074-AR-GIB-010/278, T9074-AS-GIB-010/271 and MIL-STD-2035 specified on Drawing 7094231, Note 7. ; 3.1.3 ;The supplier welders performing welding on Extension Weldment Assembly #12 shall be qualified in accordance with NAVSEA Technical Publication S9074-AQ-GIB-010/248 specified on Drawing 7094231, Note 7.; 3.2 ;Marking Requirements - The supplier shall permanently mark and identify each first article and production lot unit ;Lower Bearing Assembly #12; in accordance with Notes 11 and 15 of Drawing 6853520 per MIL-STD-130. The supplier shall mark ;tag or bag; each unit with contract and assembly serial number per MIL-STD-130.; 3.2.1 ;The supplier shall permanently mark and identify each first article and production lot unit Item #2 of drawing 7094233 per Note 7, Item #1 of drawing 7094232 per Note 7 and Item #1 of drawing 8627964 per Notes 4 and 5, and MIL-STD-130. The supplier shall mark ;tag or bag; each item with contract, lot or batch and serial number per MIL-STD-130 until installed in the designated assembly.; 3.2.2 ;The supplier shall permanently mark and identify each first article and production lot unit Screw on the top surface per MIL-STD-130 for Drawing 6853520, Item #5 with material symbol "MP35N", manufacture's symbol and lot number, and Item Nos. 6 and 7 with material symbol "NI-CU", manufacture's symbol and lot number. The supplier shall mark ;tag or bag; each item with contract and drawing/item per MIL-STD-130 until installed in the designated assembly.; 3.2.3 ;The supplier shall mark and identify each first article and production lot unit ;tag or bag; drawing 6853520, items 8, 9 and 10 with contract, drawing/item, heat, lot or batch and number, and drawing 7094231, items 2 thru 11 respectively including serial number per MIL-STD-130 until installed in the designated assembly.; 3.3 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The first article testing /inspection procedure and approval are required for ;Lower Bearing Assembly #12;. Government approval is required prior to commencement of first article unit.; 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.4.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.4.2 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 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 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. 4.4 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110 ; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1. ; 4.6 ;Finished Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.7 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements, except for drawing 6853520, Item #7 threads shall be inspected to System 22 as required by FF-S-86 (in accordance with ASME B1.3). Thread inspection shall include the measurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.8 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for first article and production units. If the material is subsequently heat-treated a certification of physical analysis, after heat treatment is also required for each heat lot or batch. Also, where the applicable material specification calls out (e.g., corrosion resistance test, macro-etch test) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic parts: Ultimate Tensile Strength, Yield Strength and Elongation including Reduction of Area and Hardness required by material specification SAE AMS5845.; 4.9 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The supplier shall perform first article testing/inspection on ;Lower Bearing Assembly #12; in accordance with the applicable drawings, specifications and their approved first article procedure and nondestructive testing (visual inspection and liquid penetrant testing) procedures.; 4.9.1 ;The first article inspection shall be made by the cognizant DCMA-QAR at the supplier's and/or subcontractor facility. The supplier shall notify NSWCPD, Code 242MO two weeks in advance prior to the scheduled first article testing/inspection, so an NSWCPD representative has the option of being present during the first article testing/inspection.; 4.10 ;First Article Approval for Testing/Inspection Procedure and Acceptance (Supplier Testing/Inspection). The supplier shall prepare and submit their First Article Testing/ Inspection Procedure for ;Lower Bearing Assembly #12; in accordance with the requirements of DI-NDTI-80603, the applicable drawings and specifications as indicated on the Contract Data Requirements List (DD Form 1423…
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 332991 (last 12 months), benchmarked to sector 33.