HEAT EXCHANGER,RIGH

Location: Federal
Posted: Feb 27, 2025
Due: Mar 27, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Solicitation No: N0010425QDA44
Publication URL: To access bid details, please log in.
Follow
16--HEAT EXCHANGER,RIGH
Active
Contract Opportunity
Notice ID
N0010425QDA44
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Feb 27, 2025 04:38 am EST
  • Original Published Date: Nov 27, 2024 03:56 am EST
  • Updated Date Offers Due: Mar 27, 2025 04:30 pm EDT
  • Original Date Offers Due: Dec 27, 2024 03:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 11, 2025
  • Original Inactive Date: Jan 11, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
Description View Changes
CONTACT INFORMATION|4|N712.28|AAN|717-605-3550|sarah.r.haley2.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECIEVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS|
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||||||||||||||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|336413|1250 EMP.||||||||||||
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
The offer due date is extended to 27 MAR 2025.
All other terms and conditions remain the same.
POC: Sarah Haley Email: sarah.r.haley2.civ@us.navy.mil
The purpose of this amendment is to://Extend the offer due date
The offer due date is extended to 27 MAR 2024.
All other terms and conditions remain the same.
POC: Sarah HaleyEmail: sarah.r.haley2.civ@us.navy.mil
The purpose of this amendment is to://Extend the offer due date
The offer due date is extended to 21 FEB 2025.
All other terms and conditions remain the same.
POC: Sarah Haley Email: sarah.r.haley2.civ@us.navy.mil
The purpose of this amendment is to://Extend the offer due date
The offer due date is extended to 24 JAN 2025.
All other terms and conditions remain the same.
POC: Sarah Haley Email: sarah.r.haley2.civ@us.navy.mil
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^
All freight is FOB Origin.
This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Do NOT include the cost for shipping
material.
Freight is FOB Origin.
Government source inspection and acceptance is required.
Please provide the following information:
Unit Price:__________ FIRM
Total Price:__________ FIRM
Procurement Turnaround Time (PTAT) :__________
Awardee CAGE: __________
Inspection & Acceptance CAGE, if not at source:__________
Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________
Required shipping procedure is military packaging and bar coding.
Important Traceability Notice
1. If you are not the manufacturer of the material you are offering, you must state who the manufacturer is (NAME & CAGE Code) and provide traceability information, if requested, prior to receiving an award. The evidence must be submitted within 2 days, or as
otherwise specified, or the offer may not be considered.
2. By submitting a quotation or offer, the contractor agrees that, when the contractor is not the Manufacturer of the item, it is confirming that it currently has or will obtain before award and shall retain documented evidence (supply chain traceability
documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract.
3. At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source's Commercial and Government Entity (CAGE) code, and clear
identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer's batch identification for the
time(s), such as date codes lot codes, or serial numbers as date codes lot codes, or serial numbers.
4. Examples of traceability information/documentation: The invoice received by the offeror from the approved source ie. OEM or from an authorized dealer/distributor for the approved source. Or a letter/official email from the OEM confirming offeror is authorized
to resell their items. Or the packing slip that accompanied the shipment to the offeror/ contractor from the approved source, or from an authorized dealer/distributor for the approved source.
The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the
option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
Any questions should be directed to the POC for this solicitation.
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HEAT EXCHANGER,RIGH .
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.
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | |
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The HEAT EXCHANGER,RIGH furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;52088 8729530-002
11245 C-TF7903G1;
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.
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.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Nov 26, 2024[Presolicitation (Original)] 16--HEAT EXCHANGER,RIGH
Nov 27, 2024[Solicitation (Original)] 16--HEAT EXCHANGER,RIGH
Jan 16, 2025[Solicitation (Updated)] 16--HEAT EXCHANGER,RIGH
Jan 16, 2025[Presolicitation (Updated)] 16--HEAT EXCHANGER,RIGH
Feb 6, 2025[Solicitation (Updated)] 16--HEAT EXCHANGER,RIGH
Feb 26, 2025[Solicitation (Updated)] 16--HEAT EXCHANGER,RIGH
Feb 26, 2025[Presolicitation (Updated)] 16--HEAT EXCHANGER,RIGH
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow SDA Proliferated Warfighter Space Architecture (PWSA) - Systems, Technologies, and Emerging Capabilities

DEPT OF DEFENSE

Bid Due: 1/14/2026

Follow FD2030-25-01058 Active Contract Opportunity Notice ID FD2030-25-01058 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 2/13/2026

Follow Crystal Substrate Bonding Technologies and Algorithms (CRYSTAL) Active Contract Opportunity Notice ID

DEPT OF DEFENSE

Bid Due: 6/16/2025

LEON CREEK WRC HYDRAULIC AND SOLIDS IMPROVEMENTS LEON CREEK WATER RECYCLING CENTER (WRC)

San Antonio Water System

Bid Due: 4/30/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.