RFx experts connecting clients &vendors
Save Time, Simplify Procurement, Win with AI
An innovative AI-driven platform to automate organization’s tender processes, reducing production time by up to 50% and saving up to $100K per tender
An innovative AI-driven platform to automate organization’s tender processes, reducing production time by up to 50% and saving up to $100K per tender
Multiple Word or Excel documents to compile your questionnaire.
While modern cloud tools from companies like Microsoft and Google, help you collaborate on a document, you still have to create the structure and template of that document.
Similarly, these online cloud tools only help you with one step of the process, you still have multiple other steps, that will result in document management nightmare.
In a typical RFP process, somebody is dedicated to just managing the volumes of documents going back and forth.
Welcome to the RFPrime RFP Marketplace, the only place you need to find clients, vendors, or service providers. As a Client looking for a Vendor – Announce your RFx publicly or anonymously. As a Vendor - search through Client requests.
Search through regularly updated Government RFx. Keep on top of latest needs, filter and review details of continuously updated federal, state and municipal requests.
Update 01/16/2026: Proposal Summary Posted to attachments.
Update 01/12/2026: Amendment A001 and QA_01-12-2026.pdf posted to attachments.
Project: IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
Solicitation No.: 69056725R000016
THIS “TASK ORDER REQUEST FOR PROPOSAL” IS SOLELY FOR THE FOLLOWING CONTRACTS AND CONTRACTORS:
Contract Number, Contractor Name, Contractor Phone Number
69056724D000001, VSS International, Inc., 916-373-0183
69056724D000002, H-K Contractors, Inc., 208-523-6600
69056724D000003, Intermountain Slurry Seal, Inc., 801-532-8200
69056724D000004, Hat Creek Construction & Materials, Inc., 530-335-5501
69056724D000005, Doolittle Road Construction, 775-691-7232
69056724D000006, Central Southern Construction Corp., 904-955-3844
69056724D000007, American Pavement Systems, Inc., 209-522-2277
THIS PROJECT IS BEING ADVERTISED ON SAM.GOV TO ANNOUNCE THE UPCOMING PROJECT AND ASSIST POTENTIAL SUBCONTRACTORS BY PUBLICIZING OPPORTUNITIES. A PROPOSAL WILL ONLY BE ACCEPTED FROM THE ABOVE PRIME CONTRACTORS.
This information is also available on our web site: https://flh.fhwa.dot.gov/business/construction/idiq/wrpp.htm
Request for Proposals, plans, and physical data documents posted under "Attachments"
CONTACT INFORMATION|4|N744.17|BL0|771-229-2110|stephen.a.knox.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|2|120||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|TBD|Q97527 - 2|TBD|N/A|N/A|N/A|N/A|N/A|N/A |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.||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| Solicitation expired. Amended solicitation to 13 Feb 2026. 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. 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 suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4. If the offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and CAGE) andthe offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. 5. If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 6. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. e subject to consideration costs deducted from the unit price. 7. Please provide repair price as Estimated (EST) for the full repair effort ofthe requirement. 8. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 9. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 10. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 11. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 12. PRICE REDUCTIONS a. Any asset for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via aReduction 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. 13. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a. Requested RTAT: 180 Days; 14. Quotes shall reference the proposed RTAT and any capacity constraints. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CABLE ASSEMBLY,POWE . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CABLE ASSEMBLY,POWE 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. ;52088 N101813-3; 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.
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 for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 3 February 2026. All other terms and conditions remain the same. This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30 PM EST on 9 January 2026. All other terms and conditions remain the same. This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 5 December 2025. All other terms and conditions remain the same. This amendment shall be issued for the following: The hour and date specified for receipt of offers has been extended to 4:30PM EST on 30 October 2025. All other terms and conditions remain the same. 1. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See 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 in WAWF 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-on revisions; 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 71 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: 71 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=2640-808X1J1 |53711| A|ER |D| | | | DRAWING DATA=2640-809X10 |96169| C| |D| | | | DRAWING DATA=2642-860-01D2 |80064| A|ER |D| | | | DRAWING DATA=4558709 |80064| E| |D| | | | DRAWING DATA=4558766 |80064| E| |D| | | | DRAWING DATA=4558769 |53711| D| |D| | | | DRAWING DATA=4687581 |80064| D| |D| | | | DRAWING DATA=4687582 |80064| D| |D| | | | DRAWING DATA=4687720 |80064| E| |D| | | | DRAWING DATA=6984058 |53711| A| |D| | | | DRAWING DATA=7285198 |53711| M| |D| | | | DRAWING DATA=7285297 |53711| E| |D| | | | DRAWING DATA=7286168 |53711| H| |D| | | | DRAWING DATA=7286250 |53711| J| |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 SHIP SYSYTEMS COMMAND drawing 4687581 Assembly "IRAWT" (less Actuator, Item 25 and Manual Operator Assembly, Item 24), liabilities ER2642-860-01D2 and ER2640-808X1J1, MS NO. 5540-081-076 Rev - CHG 11 (CSD631), Seawater Component Sealing Surface and Ball Valve Repair MS NO. 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 (L1), Item 1 of Drawing 4687581 Cover (L1), Item 3 of Drawing 4687581 Seat (Q3), Piece 12 of Drawing 4687581 Stem (L1), Item 13 of Drawing 4687581 Stem (L1), Item 15 of Drawing 4687581 Self-Locking Heavy Hex Nut (L1), Item 31 of Drawing 4687581 Stem Retainer Nut (L1), Item 46 of Drawing 4687581 Stem Retainer Nut (L1), Item 48 of Drawing 4687581 Straight Ball (L1), Item 50 of Drawing 4687581 Angle Ball (L1), Item 51 of Drawing 4687581 Continuous Thread Stud (L1), Item 52 of Drawing 4687581; 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 surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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. 6.4 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;- Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section; DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423