CONTACT INFORMATION|4|N742.10|WV2DD|N/A|madison.m.gray4.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 contract addendums CSD407 and CSD408| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice and Receiving Report (COMBO); Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|Material - S4306A; Certifications - N64498|N50286|TBD|133.2|N/A|N/A|Certifications - N64498|N/A| N/A|See DD Form 1423|N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| 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||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment shall be issued to extend the closing date of the subject solicitation. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 9 January 2026. \ This amendment shall be issued to establish a closing date for the subject solicitation. The hour and date specified for receipt of offers is 4:30PM EST on 29 December 2025. \ This amendment shall be issued to extend the date specified for receipt of offers indefinitely due to a delay in the drawings being available for request on SAM.gov. All other terms and conditions remain the same. \ 1. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See Clause 252.213-7000 and NAVSUP WSS term WSSTERMMZ01. 2. The resultant award of this solicitation shall be issued bilaterally, requiring the Contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: DD1423 CDRL A001 - If MRC-008 is required - 20 working days after valve disassembly and signed by the contractor - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A002 - 5 working days following completion of all work and closed REC package - submit in WAWF Inspect by N64498 SUBSAFE Supervising Authority (SSSA) and Accept by N39040 Portsmouth Naval Shipyard DD1423 CDRL A003 - 30 working days after receipt of contract - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) 3 working days Certified REC close out - submit inWAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A004 - 30 working days after receipt of contract - submit in WAWF to N64498 SSSA and as requested by SUBSAFE Supervising Authority (SSSA) 3 working days following completion Certified REC Log close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A005 - 1 working day after issuance; 1 working day of any follow-onrevisions; 3 working days of contractor certified TWD close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A006 - 24 hours upon each deficiency identified during the performance of the work - notify SUBSAFE Supervising Authority (SSSA) and submit Logs as needed in WAWF to N64498 SUBSAFE Supervising Authority (SSSA). 3 working days following completion of work and Certified REC close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) Final delivery of material shall be on or before ### days after the effective date of the resulting contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request. 5. This requirement requires access to classified drawings. A facility clearance may be required in accordance with 52.204-2. 6. All transportation to/from the repair site will be paid for by the US Navy. 7. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in the order in accordance with NAVSUPWSSFA24. 8. Offers shall be submitted as Firm Fixed Price for the full repair effort based on the Repair Instruction or SOW. Firm Fixed Price offers are to include those efforts laid out in the Statement of Work. Any repair efforts required to bring the item to "A" condition that are above and beyond those efforts laid out in the Statement of Work may be submitted as an over and above request in accordance with DFARS 252.217-7028. Please include the following: a. RTAT: b. Throughput Constraint: c. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 9. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 10. This is a Level 1 Repair. Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms ofthe contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the Contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the Contractor is required to accurately reportall transactions by the end of the fifth regular business day after receipt andthe Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by theGovernment for all assets within the RTATs established in this contract. Requested RTAT: 110 Days Offers shall reference the proposed RTAT and any capacity constraints. Contractors interested in pursuing certification as a Designated Overhaul Point(DOP) should reach out to the following POC: Naomi Mable 202-781-2727 naomi.h.mable.civ@us.navy.mil Please contact the following POC to pursue NAVSEA Note 5000 certification: Jason Swistak (202) 781-3087 jason.m.swistak.civ@us.navy.mil \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure 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 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;6984058 - Confidential; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=H553-2003A06 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A07 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A10 |53711| B|ER |D| | | | DRAWING DATA=H553-2003A3 |53711| A|ER |D| | | | DRAWING DATA=H553-2003A4 |53711| B|ER |D| | | | DRAWING DATA=STD-A1012 |96169| A|ER |D| | | | DRAWING DATA=2621-625-03 |96169|AL| |D| | | | DRAWING DATA=4558709 |80064| E| |D| | | | DRAWING DATA=4687720 |80064| E| |D| | | | DRAWING DATA=6984058 |53711| A| |D| | | | DRAWING DATA=7285297 |53711| E| |D| | | | DRAWING DATA=7286740 |53711| A| |D| | | | DRAWING DATA=8617511 |53711| N| |D| | | | 3. REQUIREMENTS 3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS see Contract Addendum ( (CSD407) for additional SUBSAFE requirements. All requirements for oversight by the SUBSAFE Supervising Authority must be met by the contractor. 3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Sea Systems Command Drawing 7286740, Assembly A1, liabilities ERH553-2003A3, ERH553-2003A4, ERH553-2003A06, ERH553-2003A07, ERH553-2003A10, ERSTD-A1012, Maintenance Standard 5640-081-360 REV - CHG-8 (CSD615), Seawater Component Sealing Surface and Ball Valve Repair MS 7650-081-005 REV D CHG-1 (CSD568); , UIPI 0810-902, and applicable Technical Manual except as amplified or modified herein. 3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/ UIPI 0810-902 ;CSD400; Technical Manual (as applicable) ;CSD397 - NAVSEA 0924-LP-064-8010 CSD398 - NAVSEA T9081-AD-MMO-010 & -020 CSD399 - NAVSEA T9081-AE-MMO-010; 3.3 The following is a parts list of items which are required to be pre-certified as Level I, SMIC LI or SMIC Q3, if they are being replaced during refurbishment: ;Body (LI), PN 1 of drawing 7286740 Tailpiece (LI), PN 2 of drawing 7286740 Stem (LI), PN 3 of drawing 7286740 Ball (LI), PN 5 of drawing 7286740 Seat (Q3), PN 6 of drawing 7286740; Note: If pre-certified LI components are not available in Supply Stock and contractor acquires pre-certified Level I raw material to manufacture the replacement part, refer to Contract Addendum (CSD408) for requirements to obtain Level I certification from NSWC PD Certified CAD activity prior to install. 3.4 All SUBSAFE work must be performed by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC) and with oversight of the designated Supervising Authority, NSWC PD N64498. 3.4.1 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number). 3.4.2 In addition to the work-specific technical references invoked (component drawings, Maintenance Standards, etc.), all work must be performed in accordance with the documents and procedures in accordance with Submarine Factory Pool Corporate Component Repair Program (CCRP) Uniform Industrial Process Instruction (UIPI) 0810-902 on this contract. All SUBSAFE work must be performed under REC procedures with NSWC PD Supervising Authority oversight. 3.4.3 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the Contractor work at any time. The Contractor must participate and cooperate with such reviews as required. 3.4.4 The most current revision levels of references listed in the UIPI, the drawings, and the Contract Delivery Order SUBSAFE Addendum will be those in effect at the time of Delivery Order awards, unless otherwise specified. If the Contractor desires to use any drawing or technical instruction of a different revision/change level outside of these guidelines, the Contractor must submit a Request for Variance/Request for Waiver to the applicable Contracting Specialist who will obtain cognizant Technical Authority concurrence. 3.5 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. 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 DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately. 3.5.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the NSEO Government representative. 3.6 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. Refer to UIPI Enclosure (4) for organic shipyard alphanumeric serial numbers. The CCRP serial number may also be referred to as the Factory Pool (FP) number and is also unique and permanent. 3.6.1 CCRP Serial Numbering Requirements: For commercial contractors authorized as a DOP, if the CCRP asset received does not contain an existing Factory Pool number, the refurbishing DOP will induct the CCRP asset into the program for the first time utilizing the alphanumeric serialization system below and must be permanently scribed on the assets major pressure boundary p part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number. 3.6.2 For commercial DOP contractors, when there is no existing CCRP FP serial number, the DOP must assign a unique and permanent CCRP Factory Pool serial number consisting of the following 4 parts as follows: FP-AAAAA-YY-XXXX a. "FP" for identification to the Factory Pool Corporate Component Repair Program (CCRP). b. "AAAAA" is the contractor's Commercial and Government Entity (CAGE) Code. c. "YY" is the the two digit year of the completed overhaul date. d. "XXXX" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the refurbished component. DOP must maintain a permanent log of all new FP serial numbers they assigned. 3.6.3 The refurbishing DOP must permanently attach a metal tag as shown in UIPI Enclosure (4) to identify the unique and permanent CCRP (FP) Serial Number, the NSN, SMS, SMS revision and the overhauling activity and fiscal year (FY) for all refurbished CCRP assets. 3.7 See CDRL DI-MISC-80678 (URO MRC) - In addition to planned refurbishment to the drawing and applicable invoked Maintenance Standards (MS), all URO MRC inspections are required to be completed and documented. All URO MRC reports must be submitted to SUBSAFE Supervising Authority, NSWC PD N64498. 3.7.1 If URO MRC-008 inspection is required, Contractor must first contact the Supervising Authority to notify when the inspection will be performed at least 72 hours prior to the inspection being performed, to provide opportunity to witness the inspection. Inspection must be documented per UIPI 0810-902 and be forwarded to SUBSAFE Supervising Authority, NSWC PD N64498, along with a Contractor's serialized cover letter for review and approval. Note: Once the SUBSAFE Supervising Authority approves the URO MRC inspection reports, a copy will be provided to SUBMEPP and Portsmouth Naval Shipyard (PNSY) Receipt Inspection Activity (RIA) to retain a copy on file. A completed copy must also be placed in the shipping container with the refurbished asset prior to shipping. 3.7.2 See CDRL DI-MISC-80678 (UIPI COC) - CCRP Certificate of Compliance (CoC) is required to meet all the requirements of the applicable C of C from UIPI 0810-902 Enclosure (5) and must be reviewed by the SUBSAFE Supervising Authority, NSWC PD N64498. Note: Following review by NSWC PD Supervising Authority, the CCRP CoC will be submitted to PNSY RIA, Code 133.2. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 3.7.3 See CDRL DI-MISC-80678 (REC) - Completed REC package will be reviewed and accepted by the SUBSAFE Supervising Authority, NSWC PD N64498. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the
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 332919 (last 12 months), benchmarked to sector 33.