Pennsylvania Bids > Bid Detail

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159980759945126
Posted Date: Feb 1, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/babbe6899a...
Follow
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
Notice ID
N0010423QUE91
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 01, 2024 03:37 pm EST
  • Original Published Date: Jan 22, 2024 03:52 am EST
  • Updated Date Offers Due: Feb 20, 2024 04:30 pm EST
  • Original Date Offers Due: Feb 20, 2024 03:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
    Lititz , PA
    USA
Description View Changes

CONTACT INFORMATION|4|N711.7|BTB|(717)605-6811|LEO.DOUGHERTY@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE & RECEIVING REPORT|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2023)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.PLEASE PROVIDE REPAIR PRICE AS FIRM-FIXED-PRICE. PLEASE CONSIDER THE FOLLOWING: ALSO, PLEASE PROVIDE: TEARDOWN & EVALUATION RATE:__________________ RTAT:_________________ THROUGHPUT CONSTRAINT:__________________ INDUCTION EXPIRATION DATE:_________________ 2.PRICE REDUCTIONS: ANY ASSETS FOR WHICH THE CONTRACTOR DOES NOT MEET THE REQUIRED RTAT WILL INCUR A PRICE REDUCTION OF 1% PER ASSET PER MONTH EXTENSION REQUESTED. THIS ADJUSTMENT WILL BE IMPLEMENTED VIA A RECONCILIATION MODIFICATION AT THE END OF CONTRACT PERFORMANCE. PRICE REDUCTIONS MADE PURSUANT TO THIS SECTION SHALL NOT LIMIT OTHER REMEDIES AVAILABLE TO THE GOVERNMENT FOR FAILURE TO MEET REQUIRED RTATS, INCLUDING BUT NOT LIMITED TO THE GOVERNMENT'S RIGHT TO TERMINATE FOR DEFAULT. 3.RECONCILIATION: A RECONCILIATION MODIFICATION WILL BE ISSUED AFTER FINAL INSPECTION AND ACCEPTANCE OF ALL ASSETS INDUCTED UNDER THIS CONTRACT. THE PARTIES HAVE AGREED TO A PRICE (SHOWN ON THE SCHEDULE PAGE) FOR EACH UNIT AT THE NEGOTIATED RTAT. SUCH PRICES ARE BASED ON THE CONTRACTOR MEETING THE RTAT REQUIREMENTS DESCRIBED WITHIN THE SCHEDULE PAGE. IF THE CONTRACTOR DOES NOT MEET THE APPLICABLE RTAT REQUIREMENT, THE PRICE ADJUSTMENT AS STATED SHALL BE APPLICABLE. 4.COMPANIES WHO ARE NOT CURRENTLY A TECHNICAL-APPROVED SOURCE FOR THE COMPANIES WHO ARE NOT CURRENTLY A TECHNICAL-APPROVED SOURCE FOR THE SOLICITED ITEM AND ARE INTERESTED IN DOING BUSINESS WITH NAVSUP CAN EXPRESS THEIR INTERESTS BY COMPLETING A VENDOR INTEREST FORM AT THE NAVSUP BUSINESS OPPORTUNITIES WEB PORTAL AT HTTPS://WWW.NAVSUP.NAVY.MIL/PUBLIC/NAVSUP/BUSINESS_OPPS/. THE AWARD ACTION FOR THE CURRENT SOLICITED REQUIREMENT WILL NOT BE HELD UP FOR ATTAINING APPROVAL OF AN OFFEROR THAT IS NOT CURRENTLY TECHNICALLY ACCEPTABLE BY THE GOVERNMENT FOR THIS ITEM. 5.DO NOT INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYSTEM (NAVSUPWSSFA24) WILL BE SHIPPING/DELIVERING MATERIAL. 6.THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENT THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENT FOR ALL ASSETS WITHIN THE RTATS ESTABLISHED IN THIS CONTRACT. 7.THE VENDOR IS REQUIRED TO COMPLY WITH THE COMMERCIAL ASSET VISIBILITY (CAV) OF THE ASSET(S) IN THIS PURCHASE ORDER IN ACCORDANCE WITH NAVSUPWSSFA24. 8.THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION . 9.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. 10.DCMA SOURCE INSPECTION AND ACCEPTANCE IS REQUIRED AND FREIGHT IS FOB ORIGIN. 11.REQUIRED SHIPPING PROCEDURE IS MILITARY PACKAGING AND BAR CODING. 12.IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (NAME AND CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING AND PROVIDE TRACEABILITY INFORMATION REQUESTED. 13.PLEASE VERIFY YOUR COMPLIANCE WITH BOTH FAR CLAUSES 52.204-24 AND 52.204-25 AND DFARS CLAUSES 252.204-7008 AND 252.204-7012. 14.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 FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS E-MAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 15.IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE: ACTUAL MANUFACTURER: CAGE CODE: ADDRESS: 16.CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS, AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT CONTRACTORS REGISTER FOR EDA AT: HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION. 17.IF YOUR ORGANIZATION USES MORE THAN ONE CAGE CODE, PLEASE NOTE THE SPECIFIC CAGE CODE TO BE USED FOR THIS ORDER ON YOUR PRICE QUOTE. 18.CONTRACT DISTRIBUTION: IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC COMMERCE ONLINE (NECO) WHEN CONTRACTS / MODIFICATIONS ARE ISSUED AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: NAVSUP WSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT NAVSUPWSSITIMPHELPDESK@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME AND ADDRESS AND POC WITH PHONE NUMBER AND E-MAIL ADDRESS. 19.PRICING IS VALID 90 DAYS AFTER THE CLOSING DATE OF THE RFQ/RFP UNLESS OTHERWISE SPECIFIED. 20. 1000% SBSA: THE PROPOSED CONTRACT IS 100% SET ASIDE FOR SMALL BUSINESSCONCERNS. 21. PLEASE PROVIDE ALL OF THE ABOVE INFORMATION WITH CONTRACTOR'S QUOTE. ANY QUESTIONS SHOULD BE DIRECTED TO THE POC FOR THIS SOLICITATION. POC: LEO DOUGHERTY POC EMAIL: LEO.DOUGHERTY@NAVY.MIL \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 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. DRAWING DATA=6782328 |53711| D| |D|0001 | D|49998|0036819 DRAWING DATA=6782507 |53711| B| |D|0001 | B|49998|0037493 DRAWING DATA=6782507 |53711| B| |D|0002 | B|49998|0023703 DRAWING DATA=6782507 |53711| B| |D|0003 | B|49998|0017979 DRAWING DATA=6782522 |53711| G| |D|0001 | G|49998|0094885 DRAWING DATA=6782522 |53711| G| |D|0002 | F|49998|0013771 DRAWING DATA=6782522 |53711| G| |D|0003 | F|49998|0021875 DRAWING DATA=6782522 |53711| G| |D|0004 | F|49998|0018127 DRAWING DATA=6782522 |53711| G| |D|0005 | F|49998|0020894 DRAWING DATA=6782522 |53711| G| |D|0006 | G|49998|0060974 DRAWING DATA=6782522 |53711| G| |D|0007 | F|49998|0024860 DRAWING DATA=6782522 |53711| G| |D|0008 | G|49998|0039289 DRAWING DATA=6782522 |53711| G| |D|0009 | G|49998|0053287 DRAWING DATA=6782524 |53711| H| |D|0001 | H|49998|0047713 DRAWING DATA=6782524 |53711| H| |D|0002 | H|49998|0025588 DRAWING DATA=6782576 |53711| B| |D|0001 | B|49998|0042376 DRAWING DATA=6782576 |53711| B| |D|0002 | B|49998|0025046 DRAWING DATA=6782586 |53711| C| |D|0001 | C|49998|0039412 DRAWING DATA=6782586 |53711| C| |D|0002 | C|49998|0033205 DRAWING DATA=6782586 |53711| C| |D|0003 | C|49998|0033651 DRAWING DATA=7402748 |53711| -| |D|0001 | -|49998|0073382 DRAWING DATA=7402748 |53711| -| |D|0002 | -|49998|0091505 DRAWING DATA=7402748 |53711| -| |D|0003 | -|49998|0049119 DRAWING DATA=7402749 |53711| -| |D|0001 | -|49998|0080996 DRAWING DATA=7402749 |53711| -| |D|0002 | -|49998|0089764 DRAWING DATA=7402749 |53711| -| |D|0003 | -|49998|0050860 DRAWING DATA=7402749 |53711| -| |D|0004 | -|49998|0044026 DRAWING DATA=7402749 |53711| -| |D|0005 | -|49998|0047698 DRAWING DATA=7402749 |53711| -|PL |D|0001 | -|49998|0069053 DRAWING DATA=7402749 |53711| -|PL |D|0002 | -|49998|0132050 DRAWING DATA=7402749 |53711| -|PL |D|0003 | -|49998|0098277 DRAWING DATA=7402794 |53711| -| |D|0001 | -|49998|0023980 DRAWING DATA=7402794 |53711| -| |D|0002 | -|49998|0015141 DRAWING DATA=7402796 |53711| -| |D|0001 | -|49998|0022825 DRAWING DATA=7402796 |53711| -| |D|0002 | -|49998|0012753 DRAWING DATA=7402797 |53711| -| |D|0001 | -|49998|0022604 DRAWING DATA=7402797 |53711| -| |D|0002 | -|49998|0009846 DRAWING DATA=7402804 |53711| -| |D|0001 | -|49998|0025720 DRAWING DATA=7402804 |53711| -| |D|0002 | -|49998|0019182 DRAWING DATA=7402804 |53711| -| |D|0003 | -|49998|0019687 DRAWING DATA=7402804 |53711| -| |D|0004 | -|49998|0007571 DRAWING DATA=7402805 |53711| -| |D|0001 | -|49998|0025849 DRAWING DATA=7402805 |53711| -| |D|0002 | -|49998|0025578 DRAWING DATA=7402805 |53711| -| |D|0003 | -|49998|0021165 DRAWING DATA=7402805 |53711| -| |D|0004 | -|49998|0013504 DRAWING DATA=7402806 |53711| -| |D|0001 | -|49998|0025630 DRAWING DATA=7402806 |53711| -| |D|0002 | -|49998|0014506 DRAWING DATA=7402806 |53711| -| |D|0003 | -|49998|0019734 DRAWING DATA=7402806 |53711| -| |D|0004 | -|49998|0016430 DRAWING DATA=93045 |14933| | |D|0001 | |49998|0035088 DRAWING DATA=93045 |14933| | |D|0002 | |49998|0034973 DRAWING DATA=93045 |14933| | |D|0003 | |49998|0034108 DRAWING DATA=93045 |14933| | |D|0004 | |49998|0034162 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;53711 7402749-1 ; 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. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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 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. 6.3 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.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >