81–Shipping And Storag

The Department of the Navy has a requirement for the new manufacture of spare parts, specifically containers made from blow-molded High Density Polyethylene (HDPE), in accordance with NAVSUP WSS drawing number P069-1. The procurement includes First Article Testing (FAT), quality assurance inspections, and UID marking per military standards.

Solicitation Description

CONTACT INFORMATION|4|N792.11 |T2T|N/A|[email protected]|rITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||rHIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X||||||||rINSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X||||||||||||||rWIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) Type|Source |TBD|N00383|TBD|TBD|See Schedule|TBD|||||||||rNAVY USE OF ABILITYONE SUPPORT CONTRACTOR – RELEASE OF OFFEROR INFORMATION (3-18))|1||rEQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||rLIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1||rNOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|X|rALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||||||||||||||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||rBUY AMERICAN–BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1||rROYALTY INFORMATION (APR 1984)|1||rANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|332439|600|||||||||||rFACSIMILE PROPOSALS (OCT 1997)|1||rNOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1A|rThis is solicitation is for made new manufacture spare parts.rThis solicitation will be using competitive procedures.AMC 1G.rThis requirement will be awarded to the offeror based on the following evaluation criteria.rOffers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity.Please include in your quote unit price, extended price, lead time and quote expiration date.rThe closing date for this solicitation is listed on page 1.rThe quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date.rThe offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated.rFor information or questions regarding this notice, please contact Katlyn Galetto at the email address: [email protected] WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission.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, tfransmitted by facsimile,r 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.rr1. SCOPEr1.1 PRE-AWARD / POST AWARD REQUIREMENTS:rDue to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended.r1.2 Container shell material is ;High Density Polyethylene (HDPE); .r1.3 When discrepancies exist between these requirements and those on currentrmanufacturer’s drawings,contact code ;CONTACT BUYER FOUND ON PAGE 1 OF THE CONTRACT; or code N241.10r1.4 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;AVIATION SUPPLY OFFICE (NAVSUP WSS); drawing number ( ;80132; ) ;P069-1; , Revision ;LATEST; and all details and specifications referenced therein.r1.5 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not berprovided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification.r1.6 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C.r1.7 Manufacturing process is ;BLOW MOLDED; .r2. APPLICABLE DOCUMENTSrDRAWING DATA=P069 |80132| | |A| | | |rDOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| |r3. REQUIREMENTSr3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment.rWhen a First Article is required, the contractor shall submit a paper copy of the drawings (size 11″ X 17″), contracts and approved ECP’s ECO’s, deviations waivers, and modifications in the records recepticle or inside the container submitted for the FirstrArticle.rAll containers must be affixed with a nameplate that includes arUnique Identification (UID) marking as referenced in the drawing packagerDrawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractorrshall contact NAVICP code ;CONTACT BUYER FOUND ON PAGE 1 OF THE CONTRACT ; or code 0771.10 for the alphanumericrsequential serial number group that makes up part of the UID.rThe UIDwill be included on the nameplate in data matrix format.rContact code ;BUYER FOUND ON PAGE 1 OF THE CONTRACT; or code N241.10 to arrange for First Article Test locationrWhen a First Article is required, the contractor shall submit a paper copy of the drawings (size 11″ X 17″), contracts and approved ECP’s ECO’s, deviations waivers, and modifications in the records recepticle or inside the container submitted for the FirstrArticle.r4. QUALITY ASSURANCErThe contractor shall be responsible for performing all First Article Testing of the container.The local Government DCMA/QAR shall witness the testing.The contractor shall submit a report to NAVSUP WSS code ;BUYER ON PAGE 1 ; or code N241.10 detailingrthe results. Requirements for this FAT include a review of workmanship and a dimensional check using the drawing package as a reference. Once the test report is received and reviewed by NAVSUP WSS, a notice of approval for production will be authorized or ardisapproval notice will be issued requiring the contractor to prepare a corrective action planrThe inspection and acceptanceof the production containers shall be by therDCMA/QARrInspection shall consist of the following test for First article test; FAT test is a limited dimensional inspection of random samples against the manufacturers prescribed design drawing dimensions; to be performed by local QAR at the contractors facility shallrtake a sample of five (5) units to be pulled at random from the lot. Each unit will then have the inner and outer dimensions inspected in accordance with the manufacture design drawing to gaug workmanship and production consistency. A dimension measuringrlarger than .5 inch of the drawing dimension shall be a cause for rejection, and thus require the full FAT test.r4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below.r4.1.1 Dimensional test (special)r ;applies;r4.1.2 Requirements of:r ;To drawings (80132) P069-1 is applicable;r4.1.3 Form:r ;Applies;r4.1.4 Fit:r ;Applies;r4.1.5 Functionr ;applies;r4.1.6 Compliance with drawing ( ;80132; ) ;P069-1; , Revision ;Latest; and specifications referenced therein.r4.2 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements.r4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing.r4.4 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;10000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government willrrequire such testing.r4.5 Disposition of FAT samplesr4.5.1 ;zero; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing.r4.5.2 ;all; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided thersample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment.r;n/a; Sample(s) shall be returned to the contractor but shall not be considered as production due.r4.6 Test Sample Coating Instructionsr4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers.r4.7 FAT Approval Criteriar4.7.1 FAR 52.209-4 appliesr(A) The contractors shall deliver ;one (1); ; unit(s) of the following CAGE ( ;80132; ; ) Part Number ;P069-1; ; , Revision ;latest; ; within ;120; ; calendar days from the date of this contract to the Government atr;Please Contact Buyer on Page One; ;rMarking of test sample(s) shipping container shall be as follows, citing this contract number: “FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________”rFor First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract.r(B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR’s signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Blockr10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: “DO NOT OPEN IN MAIL ROOM”.rWithin ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33.r(C) Within ;120; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditionalrapproval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor.rA notice of disapproval shall cite reasons for disapproval.r(D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article orrselect another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to therGovernment under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitableradjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests.r(E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contractr(F) Unless otherwise provided in the contract, the contractor -r(1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: andr(2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense.r(G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performancerdates and/or the contract price, and any other contractual term affected by the delay.r(H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test.r(I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not berallocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Governmentr(J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article.r(K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of therNAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor ofrthe results thereof.r(L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Blockr10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR.r4.8 Alternate Offers – Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate)r(A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by therGovernment or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that:r(I) the last production unit was delivered within three (3) years of the issue date of this solicitation, andr(II) the production location to be used for this requirement is the same as used for the previous production runrAdditionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that:r(I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer,randr(II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause.r(NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Sectionr1001.)r(B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein – one that is based on compliance with the First Article Approval Requirements and onerthat is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First ArticlerApproval Requirementsr(C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for thergovernment notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedulerhe offers to the government.r Offeror’s Proposed Alternate Delivery Scheduler (Based on Waiver of First Article Approval Requirements)rWithin Days:rItem No. _______________ Quantity:_______ After Date of Contract:__________r5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULEr6. NOTES – NOT APPLICABLEr

Solicitation in a Nutshell

Item

Details

Agency Department of Navy
Solicitation Number N0038325QC407
Status Post-RFP
Solicitation Date 03/28/2025
Award Date N/A
Contract Ceiling Value $600,000
Competition Type Small Business Set-Aside
Type of Award Delivery Order
Primary Requirement Specialized Shipping and Storage Containers
Duration One-time delivery (schedule to be specified in the award)
Contract Type Firm Fixed Price
No. of Expected Awards 1
NAICS Code(s): 332439
Other Metal Container Manufacturing
Size Standard: 600 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/8e79b68f6ca342b4a7f9e4ac4f0f4512/view

81–Shipping And Storag Background

N/A

81–Shipping And Storag 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.