66–Float, Meter

NAVSUP Weapon Systems Support (WSS) is soliciting a commercial item procurement for a flow meter, specifically a Parker-Hannifin part (P/N M4827). The procurement will be governed by standard commercial clauses and requires compliance with mercury exclusion, quality assurance, and packaging requirements.

Solicitation Description

COMMERCIAL PRODUCT PROCUREMENT NOTICE|5||||||rITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||rINSPECTION OF SUPPLIES–FIXED-PRICE (AUG 1996)|2|||rINSPECTION AND ACCEPTANCE – SHORT VERSION|8|X||X||||||rDESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|30|180||||||||||0001|30|180|||||||||||||||rSTOP-WORK ORDER (AUG 1989)|1||rGENERAL INFORMATION-FOB-DESTINATION|1|B|rWIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|N/A||||||rVALUE ENGINEERING (JUN 2020)|3||||rTRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2|||rFEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12|||||||||||||rCONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS–COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|X||||X|||X||||X||||||||X|||||||||||X||||||X|X||X||X||X|X|X||X|||X||||X||||||||||X||||X|X|||X||||X||||| rCUTIVE ORDERS–COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| rSERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3||||rSMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|||||rANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334514|850||||||||||||rFACSIMILE PROPOSALS (OCT 1997)|1|717-605-7722|rTYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE|rALTERATIONS IN SOLICITATION (APR 1984)|3||||rNOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|rEVALUATION–COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4|||||rUNLESS OTHERWISE SPECIFIED, PRICING FOR THIS REQUEST FOR PROPOSAL IS VALID FOR 90 DAYS AFTER THE CLOSING DATE AS INDICATED ON THE PROPOSAL. PLEASE SPECIFY (IF OTHER THAN 90 DAYS) ______________ DAYS.rALL 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,rOR 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.rTO REQUEST A COPY OF THE SOLICITATION, PLEASE CONTACT THE CONTRACTING OFFICER LISTED AND PROVIDE YOUR CAGE CODE.rSECTION “S” OF CLAUSE 52.212-4, ORDER OF PRECEDENCE, IS NOT APPLICABLE TO THIS PROCUREMENT.rSOLICITATION P.O.C. – [email protected]. SCOPEr1.1 In the event of a conflict between section “C” and section “D” of the contract/purchase order, Section “C” will take precedence.r2. APPLICABLE DOCUMENTSr2.1 APPLICABLE DOCUMENTS;r THERE ARE NO TECHNICAL DOCUMENTS; SUCH AS, DRAWINGS, TECHNICAL DATA, ETC. ASSOCIATED TO THIS SOLICITATION/AWARD, THE PART NUMBER/CATALOG NUMBER CITED IN THE REQUIREMENTS SECTION IS FULLY DESCRIPTIVE.r3. REQUIREMENTSr3.1 MANUFACTURE AND DESIGN – THE FLOAT, METER FURNISHED UNDER THIS CONTRACT/PURCHASE ORDER SHALL MEET THE REQUIREMENTS AS SPECIFIED IN THE ORDERING DATA LISTED HEREIN AND THROUGHOUT THE CONTRACT/PURCHASE ORDER.r(1). DESIGN, MATERIAL AND DIMENSIONS TO BE IN ACCORDANCE WITH:rA. MANUFACTURER: ;PARKER-HANNIFIN CORPORATION (62144); .rB. DRAWING: ; ; .rC. PIECE NUMBER: ; ; .r REVISION: ; ; .rD. PART NUMBER: ;M4827; .rE. CATALOG NUMBER ; ; .r(2). THE FOLLOWING REQUIREMENTS APPLY:rA. EXCLUSION OF MERCURY REQUIREMENTS ARE CITED IN THE ADDITIONAL TECHNICAL DOCUMENTATION LOCATED WITHIN SECTION “C” OF THE CONTRACT/PURCHASE ORDER.rB. ; ; .r3.2 NAVSUP WSS-MECH CODE N94 ADDITIONAL TECHNICAL DOCUMENTATIONrORDER OF PRECEDENCE AND EFFECTIVE ISSUES OF CITED DOCUMENTATION DATED: JULY 2004rA. ORDER OF PRECEDENCE FOR DOCUMENT CONFLICT RESOLUTION: THE TECHNICAL AND QUALITY REQUIREMENTS APPLICABLE TO MANUFACTURE OF THE MATERIAL BEING PURCHASED UNDER THIS ORDER ARE CONTAINED OR INVOKED IN ONE OR MORE OF THE DOCUMENTS LISTED BELOW. IN THE EVENT OFrANY INCONSISTENCIES BETWEEN ANY PROVISIONS OF THIS ORDER, THE ORDER OR PRECEDENCE SHALL BE AS FOLLOWS:r1. AMENDMENTS TO THE PURCHASE ORDER/CONTRACTr2. SCHEDULE OF SUPPLIES OF THE PURCHASE ORDER/CONTRACT.r3. TERMS AND CONDITIONS OF THE PURCHASE ORDER/CONTRACT.r4. INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD); OR MASTER PROCUREMENT SPECIFICATION, AS APPLICABLE.r5. ANY INVOKED STANDARD TECHNICAL REQUIREMENTS (STRS).r6. DRAWINGS REFERENCED IN THE IRPOD, OR MASTER PROCUREMENT SPECIFICATION , AS APPLICABLE.r7. SPECIFICATIONS REFERENCED IN THE IRPOD, MASTER PROCUREMENT SPECIFICATIONS OR DRAWING(S), AS APPLICABLE.rB. EFFECTIVE ISSUES OF CITED DRAWINGS, SPECIFICATIONS, STANDARDS AND OTHER DOCUMENTS:r 1. THE CONTRACTOR SHALL COMPLY WITH THE SPECIFIED REVISIONS OF THE DOCUMENTS (I.E. DRAWINGS,SPECIFICATIONS,STANDARDS AND OTHER DOCUMENTS) CITED IN THE IRPOD AND/OR PROCUREMENT SPECIFICATION CONTAINED HEREIN. THE CONTRACTOR SHALL OBTAIN WRITTEN APPROVALrFOR THE CONTRACTING OFFICER TO USE DOCUMENT REVISIONS OTHER THAN THOSE SPECIFIED. WHEN A LATER DRAWING REVISION IS SUBMITTED FOR APPROVAL, TWO FULL SIZE CLEAR LEGIBLE PRINTS SHALL BE PROVIDED.r 2. WHERE DOCUMENTS ARE REFERRED TO ONLY BY THE BASIC IDENTIFICATION NAME OR NUMBER AND NO SPECIFIC REVISION THERETO, THE CONTRACTOR USE OF ANY ISSUE OF THE DOCUMENT EXCEPT ALL SUCH REVISIONS SHALL BE DATED 1 NOVEMBER 1969 OR LATER.rC. USE OF DOCUMENT REVISIONS IN THEIR ENTIRETY:r1. CONTRACTORS SHALL USE REVISIONS TO EACH CITED OR REFERENCED DOCUMENT IN ITS ENTIRETY UNLESS THE CONTRACTOR OBTAINS CONTRACTING OFFICER APPROVAL TO DO OTHERWISE (i.e. THE CONTRACTOR SHALL NOT USE PORTIONS OF DIFFERENT REVISIONS OF A DOCUMENT).rD. VENDOR WAIVER/DEVIATIONS ON CRITICAL CONTRACTS.r1. COMPLIANCE WITH THE DELIVERY DATE AND TECHNICAL REQUIREMENTS OF NAVSUP WSS CRITICAL REPAIR PART MATERIAL CONTRACTS IS EXPECTED.r2. AS THE CAUTIONARY NOTE CONTAINED IN THE CONTRACT STATES, SELLER INTENDED USE OF ANY MATERIAL WHICH IS NOT IN FULL COMPLIANCE WITH THE SPECIFIED CONTRACT TECHNICAL REQUIREMENTS, SHOULD BE IDENTIFIED AS AN EXCEPTION IN ADVANCE EITHER AT THE TIME THE QUOTATIONrIS SUBMITTED OR PRIOR TO MANUFACTURE.r3. REQUESTS FOR DELIVERY DATE EXTENSIONS AND WAIVERS/DEVIATIONS SHOULD BE ACCOMPANIED BY AN EXPLANATION OF THE CAUSE FOR THE DELAY, OR THE REASON FOR THE REQUESTED NON-CONFORMANCE WITH AN OFFER OF CONSIDERATION IN THE EVENT THE CONTRACTING OFFICER CONCURS WITHrYOUR REQUEST.r4. REQUESTS FOR WAIVERS/DEVIATIONS SHOULD PROVIDE JUSTIFICATION FOR THE REQUESTED CHANGE INCLUDING AN EVALUATION WHICH DEMONSTRATES THAT PROPOSED NON-CONFORMANCE WILL NOT AFFECT THE QUALITY, FORM, FIT, OR FUNCTION OF THE PART. WHERE A PROPOSED ALTERNATE ORrREPLACEMENT ITEM IS OFFERED, SUPPORTING TECHNICAL DATA (CATALOG PAGE, DRAWING (S), ETC.) THAT FULLY DESCRIBE THE PROPOSED ITEM SHALL BE PROVIDED FOR TECHNICAL EVALUATION.r5. REQUESTS WHICH DO NOT CONTAIN THE ABOVE INFORMATION WILL BE RETURNED AND WILL NOT BE SUBMITTED TO TECHNICAL/ENGINEERING REVIEW UNTIL SUFFICIENT JUSTIFICATION IS PROVIDED.r6. REQUESTS FOR WAIVERS/DEVIATIONS SHALL BE PRESENTED TO THE GOVERNMENT QUALITY ASSURANCE REPRESENTATIVE (QAR) FOR COMMENT. THE QAR SHALL FORWARD THE REQUEST, WITH THEIR COMMENTS, DIRECTLY TO THE POST AWARD PCO IDENTIFIED IN THE CONTRACT/PURCHASE ORDER WITHINrFIVE WORKING DAYS AFTER RECEIPT.rE. EXCLUSION OF MERCURYr1. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO OR COME IN DIRECT CONTACT WITH HARDWARE OR SUPPLIES UNDER THIS CONTRACT.r4. QUALITY ASSURANCEr4.1 Quality Assurance Requirements- The Contractor shall provide and maintain an inspection system acceptable to the Government covering the supplies herein.rRecords of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of this contract and for such longer periods as may be specified elsewhere in the contract.r5. PACKAGINGr5.1 WHEN THE CLEANLINESS CONTROL REQUIREMENTS OF ONE OR MORE OF THE FOLLOWING DOCUMENTS ARE INVOKED: MIL-STD-767, MIL-STD-2041, REFUELING CLEAN, OR REACTOR PLANT CLEAN, THE FOLLOWING CLARIFICATION OF REQUIREMENTS FOR MIL-PRF-23199 PACKAGING OF REPAIR PARTSrAPPLIES.r(1). THE FOLLOWING SUMMARY CLARIFIES THE PACKAGING REQUIREMENTS OF MIL-PRF-23199 PERTAINING TO THE USE OF MIL-DTL-24466 GREEN POLY BAGS. THE SUPPLIER REMAINS RESPONSIBLE FOR MEETING ALL CONTRACT REQUIREMENTS. SUPPLIERS WHO ARE UNSURE OF THE PACKAGING, PACKING,rAND MARKING.rREQUIREMENTS FOR A PARTICULAR PART SHOULD REQUEST CLARIFICATION BY CONTACTING THE NAVSUP-WSS CONTRACTING POC.r(A). PARAGRAPH 3.4.2 OF MIL-PRF-23199 DISCUSSES LEVEL B PACKAGING AND REFERS TO PARAGRAPH 3.3.1 FOR THE METHOD OF PACKAGING. PARAGRAPH 3.3.1 PROVIDES SEVERAL METHODS OF PACKAGING. PACKAGING IN HEAT SEALED ENVELOPES IS COVERED IN PARAGRAPH 3.3.1.1 WHICH STATES,r”COMPONENTS WHICH ARE SUBJECT TO CLEANLINESS CONTROLS (SEE 6.2) OR AS SPECIFIED (SEE 6.1) SHALL BE PACKAGED IN HEAT SEALED ENVELOPES (SEE 3.2.2.5 AND 3.2.2.5.1)”.r(2). THE FOLLOWING CONDITIONS MUST BE SATISFIED IN ORDER FOR MIL-DTL-24466 BAGS TO APPLY:r(A). PARAGRAPH 6.2 OF MIL-PRF-23199 DEFINES CLEANLINESS CONTROLS AS ANY REFERENCE TO (OR APPLICATION OF) THE CLEANLINESS CONTROL REQUIREMENTS OF ONE OR MORE OF THE FOLLOWING DOCUMENTS: MIL-STD-767, MIL-STD-2041, REFUELING CLEAN, REACTOR PLANT CLEAN, OR OTHERrREQUIREMENTS IDENTIFIED WITHIN THE IRPOD.rTHE REPAIR PART MUST HAVE CLEANING REQUIREMENTS OF ONE OF THE AFORMENTIONED METHODS.r(B). PARAGRAPH 6.1 CONTAINS ORDERING DATA OPTIONS. PARAGRAPH 6.1(k)2. PROVIDES AN OPTION TO SPECIFY THE METHOD OF PACKAGING TO BE USED WHEN PACKAGING IS OTHER THAN IN ACCORDANCE WITH PARAGRAPH 3.3.1.1 ONLY. IF A CONTRACT SPECIFIES ANY ADDITIONAL REQUIREMENTSrFOR THE USE OF GREEN POLY BAGS, THEN THEY ARE REQUIRED AND TAKE PRECEDENCE.r(4). THE USE OF FIRE RETARDANT PACKAGING MATERIAL IS NO LONGER REQUIRED IN ANY NAVSUP-WSS N94 CONTRACT.rMIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULEr6. NOTESr6.1 1. NUCLEAR REACTOR PUBLICATIONS ASSIGNED NAVSEA DOCUMENT AND IDENTIFICATION NUMBERS THAT ARE NOT AVAILABLE FROM BPMI E-COMMERCE WEB SITE MUST BE REQUESTED FROM:rCONTRACTING OFFICERrNAVSUP WSS-MECHrCODE N943r5450 CARLISLE PIKErP.O. BOX 2020rMECHANICSBURG, PA. 17055-0788rREQUESTS FOR “OFFICIAL USE ONLY” AND “NOFORN” (NOT RELEASABLE TO FOREIGN NATIO NALS) DOCUMENTS MUST IDENTIFY THE QUOTATION NUMBER ON PRE-AWARD PROCUREMENT ACTIONS. REQUESTS MUST BE SUBMITTED TO THE PCO FOR CERTIFICATION OF “NEED-TO-KNOW” FOR THE DOCUMENT. ONrPOST-AWARD ACTIONS, THE REQUEST MUST IDENTIFY THE GOVERNMENT CONTRACT NUMBER, AND BE SUBMITTED VIA THE DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) FOR CERTIFICATION OF “NEED-TO-KNOW” FOR THE DOCUMENT.r2. COMMERCIAL SPECIFICATIONS, STANDARDS AND DESCRIPTIONS – THESE SPECIFICATIONS, STANDARDS AND DESCRIPTIONS ARE NOT AVAILABLE FROM GOVERNMENT SOURCES. THEY MAY BE OBTAINED FROM THE PUBLISHERS OR SOCIETIES OF THE APPLICABLE DOCUMENTS.r6.2 In accordance with DoDI 5230.24 all documents and drawings provided by the U.S. Navy to prospective Contractors must include a “Distribution Statement” to inform the contractor of the limits of distribution, and the safeguarding of the informationrcontained on those documents and drawings.r There are 6 (six) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows:rA… approved for public release; distribution is unlimited.rB… distribution authorized to US Governments agencies only.rC… distribution authorized to US Government agencies and their contractors.rD… distribution authorized to DoD and DoD contractors only.rE… distribution authorized to DoD Components only.rF… further distribution only as directed by Commander, Naval Sear Systems Command, code 09T.r6.3 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 – The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation ofrabbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423.rBlock A: Is the actual contract line item no.rBlock B: Is the actual collective physical list of the deliverable item(s)r which are part of the total requirement of the contract/purchaser order.rBlock C: Is the category of data required, TDP is definedr in MIL-T-31000. TM is defined in Part 1X, Section Br of DODI 5000.2. NAVSUP-WSS has reasoned that most DD Form 1423’sr included in our solicitations meet the requirement of TDP asr NAVSUP-WSS does not regularly purchase only Technical Manualsr without purchasing hardware and related TDP software. Therefore,r most NAVSUP-WSS DD Form 1423 category code will be TDP.rBlock D: Is the name of the parent system, next higher assembly, or the itemr being purchased.rBlock E: Is the purchase request number, request for proposal number,r invitation for bid number or another number for tracking andr monitoring purposes.rBlock F: Is the successful offerors name and or cage code.rBlock G: Is the name of the individual and or the code/activity of ther individual who prepared the DD Form 1423 and included ther requirement in the Technical Data Package (TDP).rBlock H: Self explanatory.rBlock I: Is the name and signature of the individual who approved the contentr and the need for inclusion of the DD Form 1423 in the TDP.rBlock J: Self explanatory.rBlock 1: Is the Exhibit Line Item Number (ELIN).rBlock 2: Is the title of the data item cited in Block 4.rBlock 3: Is the subtitle of the data item cited in Block 4 and is used ifr the title requires clarification.rBlock 4: Is the actual Data Item Description (DID) number or the actualr Technical Manual Contract Requirements Number. In the eventr the DD Form 1423 is requiring a technical manual the numberedr TMCR will be an attachment to the contract/purchase order.rBlock 5: Is the section and paragraph area, where the requirementr statement for the DD Form 1423 will be found.rBlock 6: Is the activity that will inform the contractor of approval,r conditional approval or disapproval of the deliverable item.rBlock 7: Is a code which designates authority for inspection andr acceptance of the deliverable item. The definition of ther codes is as follows:r DD Form 250 Code Inspection Acceptancer SS (1) (2)r DD (3) (4)r SD (1) (4)r DS (3) (5)r LT (6) (7)r NO (8) (8)r XX (9) (9)r (1) Inspection at source.r (2) Acceptance at source.r (3) No inspection performed at source. Final inspectionr performance at destination.r (4) Acceptance at destination.r (5) Acceptance at source. Acceptance based on writtenr approval from the Contract Officer.r (6) Letter of transmittal only. LT should not be used whenr inspection is required. The data is sent by ther contractor directly to the personnel listed in Block 14r of the DD Form 1423. LT is used when the contractingr agency does not desire to have a DD Form 250 for eachr and every piece of data developed by the contractor.r The only other authorized use of LT is the specialr case where the contracting agency does not desire tor have separate DD Forms 250 but desires to have ar Government quality assurance representative performr inspection. The Government quality assurancer representative shall be listed on the distributionr in Block 14 and requested to provide comments viar the quality assurance letter of inspection.r Use of the symbol LT is not authorized for data comprisingr final delivery of Technical Data Package of for Technicalr Manuals. (LT may, however, be used for delivery ofr preliminary TDP’s or TM’s).r (7) As specified in Block 8 of the DD Form 1423.r (8) No inspection or acceptance required. No DD Form 250 orr letter of transmittal required.r Use of the symbol NO is not authorized for data comprisingr Technical Data Packages or for Technical Manuals.r (9) Inspection and acceptance requirements specified elsewherer in the contract.rBlock 8: Is the approval code – Items of critical data requiringr specific advanced written approval prior to distribution ofr the final data item will be identified by placing an “A”r in this field. This data item requires submission of ar preliminary draft prior to publication of a final document.r When a preliminary draft is required, Block 16 of the DDr Form 1423 will show length of time required for Governmentr approval/disapproval and subsequent turn-around time for ther contractor to resubmit the data after Governmentr approval/disapproval has been issued. Block 16 will alsor indicate the extent of the approval requirements, e.g.,r approval of technical content and/or format.rBlock 9: Is the distribution statement code which explains how ther Government can circulate the deliverable item. The definitionr of codes A, B, C, D, E, or F is as follows:r A. Distribution of the item is unrestricted.r B. Distribution of the item is limited to agencies only.r C. Distribution of the item is limited to contractors withr a cage code and have a DD Form 2345 on file with ther DLA Logistics Information Services (DLIS) Battle Creek,r Mich. or Government activities.r D. Distribution of the item is limited to DOD activitiesr and DOD contractors only.r E. Distribution of the item is limited to DOD componentsr only.r F. Distribution of the item is restricted from Foreignr Nations and Foreign Nationals.rBlock 10: Is the frequency which the deliverable item is expected tor be delivered to the Government. The abbreviations andr their meaning.r ANNLY Annuallyr ASGEN As generatedr ASREQ As requiredr BI-MO Every two monthsr BI-WE Every two weeksr DAILY Dailyr DFDEL Deferred Deliveryr MTHLY Monthlyr ONE/R One time with revisionsr QRTLY Quarterlyr SEMIA Every six monthsr WEKLY Weeklyr XTIME Number of times to be submittedr (1time, 2times…9times)r Use of these codes requires further explanation in Block 16r to provide the contractor with guidance necessary to accuratelyr price the deliverable data item.r Other abbreviations not appearing on the above list may onr occasion be used in Block 10 of the DD Form 1423. When otherr abbreviations are used they will be fully explained in Block 16r of the DD Form 1423.rBlock 11: Is the last calendar date, expressed in year/month/dayr format, the deliverable item is to be received by ther requiring office cited in Block 6 of the DD Form 1423r for an item with a Block 10 entry indication a singler delivery. If the item is to be submitted multipler times, the number stated is the number of calendar daysr after the frequency cited in Block 10 the item is to ber received by the requiring office cited in Block 6 of ther DD Form 1423. On occasion the deliverable item will ber required to be submitted prior to the end of the frequencyr cited in Block 6. In that event the requirement will ber fully explained in Block 16 of the DD Form 1423.rBlock 12: Is the date of first submission of the deliverable item tor the requiring office (Block 4) expressed inr year/month/day format. The abbreviations and theirr meaning are as follows:r ASGEN As generatedr ASREQ As requiredr DAC Days after contract dater DFDEL Deferred Deliveryr EOC End of contractr EOM End of monthr EOQ End of quarterr Specific instructions for these requirements will be provided inr Block 16. If the deliverable item is constrained by a specificr event or milestone the constraint will be fully explained in Block 16r of the DD Form 1423. “As generated”, “As required”, and “Deferredr Delivery” will always be fully explained in Block 16.rBlock 13: Is the date of subsequent submission of the deliverable item, afterr the initial submission. Subsequent submission is only used tor indicate the specific time period. The data is required whenr Block 10 of the DD Form 1423 indicates multiple delivery isr required. This does not apply to resubmission of a deliverabler item that has been reviewed by the requiring office and determinedr to be only conditionally acceptable or unacceptable.rBlock 14a: Will contain the activity name(s) where the deliverable item is tor be sent. If the activity is other than DCMA or NAVSUP-WSS the fullr name, address (including code) will be specified. That specificr information will be located in Block 16 of the DD Form 1423.rBlock 14b: Is the number of copies of draft and or final copies tor be submitted. When final “Repro” copies are to be submittedr Block 16 will clarify the type of Repro copies required.r (e.g., vellum, negative, etc.)rBlock 15: Is the total of each type of copies to be submitted as requiredr by Block 14.rBlock 16: Is the block used to provide additional or clarifying informationr Blocks 1 through 15. This block is also the only area used tor tailor the document listed in Block 4. Only deletions to ther minimum requirements stated in the document in Block 4 arer allowed. Block 16 may also be used to specify the medium forr delivery of the data.rBlock 17: Is the block where the bidder or offeror is to enter ther appropriate price group. The price groups are defined as follows:r A. Group I – Data which the contractor prepares to satisfy the Government’s requirements. The contractor does not need thisr type of data to perform the rest of the contract. Pricer would be based on identifiable direct costs, overhead, Generalr and Administrative (G&A) and profit.r B. Group II – Data essential to contract performance which must ber reworked or amended to conform to Government requirements.r The price for data in this group would be based on the directr cost to convert the original data to meet Government needs andr to deliver it, plus allocable overhead, G&A and profit.r C. Group III – Data which the contractor must develop for his ownr use and which requires no substantial change to conform tor Government requirements regarding depth of content, format,r frequency of submittal, preparation, and quality of data. Onlyr the costs of reproducing, handling and delivery, plus overhead,r G&A and profit, are considered in pricing data in this group.r D. Group IV – Data which the contractor has developed as partr of his commercial business. Not much of this data is requiredr and the cost is insignificant. The item should normallyr be coded “no charge.” An example is a brochure or brief manualr developed for commercial application which will be acquiredr in small quantities, and the added cost is too small to justifyr the expense of computing the charge that otherwise would gor with the acquisition.rBlock 18: Enter the total estimated price equal to that portion of the totalr price which is estimated to be attributable to the productionr or development for the government of that ITEM OF DATA. THEr ENTRY “N/C” FOR “NO CHARGE” is acceptable.rMARK THE PACKAGING LABEL WITH THE NOMENCLATURE: 1″NPS FLOW METERrrDATE OF FIRST SUBMISSION=EOCrSubmit at the time of material delivery a Certificate of Compliance per DI-MISC-81356 to NAVSUP-WSS code N9433. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National StockrNumber and Item Nomenclature specified in the schedule of Supply/Services.rDI-MISC-A81356 CITED IN BLOCK 4 IS A UNIQUE NAVSUP-WSS DD1423 SEQUENCE CONTROLrNUMBER – CERTIFICATION PACKAGE TO BE IAW DID DI-MISC-81356(LATEST REV).r

Solicitation in a Nutshell

Item

Details

Agency Department of Navy
Solicitation Number N0010425QBP43
Status Post-RFP
Solicitation Date 03/26/2025
Award Date N/A
Contract Ceiling Value N/A
Competition Type Full and Open / Unrestricted
Type of Award Commercial Item Contract
Primary Requirement Architecture Engineering and Construction
Duration Not specified
Contract Type Firm Fixed Price
No. of Expected Awards 1
NAICS Code(s): 334514
Totalizing Fluid Meter and Counting Device Manufacturing
Size Standard: 850 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/7125b4525dce4e7ab0bf7f6239f728be/view

66–Float, Meter Background

N/A

66–Float, Meter Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.