Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

GENERATOR,FUNCTION

Active
N0010426QSC32Federal
AI Contract Overview
Show more

This contract solicitation, issued by the Department of Defense through NAVSUP Weapon Systems Support Mechanicsburg, seeks the manufacture and delivery of a GENERATOR, FUNCTION. The solicitation requires firm fixed pricing with government source inspection mandated to ensure compliance with specified quality and contractual requirements. Contractors must verify all part numbers, nomenclature, and National Stock Numbers (NSNs) before submitting offers. Distribution rights must be documented by a letter from the original equipment manufacturer (OEM) if the offeror is a distributor. The contract emphasizes strict adherence to MIL-STD-130 marking standards and requires that any design or material changes be approved by the contracting officer prior to implementation. Quality assurance protocols assign inspection responsibilities primarily to the contractor, with the government retaining the right to perform additional inspections. Comprehensive documentation of inspection results must be maintained for at least one year after final delivery. Packaging and preservation standards adhere to MIL-STD-2073 or specific schedule requirements. The contract also highlights compliance with federal trade programs, various small business subcontracting regulations, and security prohibitions. Distribution of contract documents is carefully controlled through designated distribution statement codes, ensuring safeguarding of sensitive information. Awardees must provide thorough traceability and pricing justification if the items are not previously purchased or if pricing has changed. The solicitation includes detailed instructions for obtaining applicable specifications, standards, and technical publications needed for successful contract performance.

General Info

DoD contract for fixed-price GENERATOR manufacture, requiring government inspection, MIL-STD compliance, and OEM distribution proof.

Agency

Department Of Defense → Navsup Weapon Systems Support Mech

View Agency

NAICS

334412 - Bare Printed Circuit Board Manufacturing

View NAICS

Place of Performance

PA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseSolicitation
Posted

Solicitation

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Navsup Weapon Systems Support Mech
Contacts1 person available
OfficeMECHANICSBURG, PA, 17050-0788, USA
Organization / Agency
Department Of Defense → Navsup Weapon Systems Support Mech
View Agency Profile
Office Address

MECHANICSBURG, PA, 17050-0788, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
CONTACT INFORMATION|4|N7M3.11|ETA|771-229-0419|nicole.diehl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo|N/A|TBD|N00104|TBD|TBD|See Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEV 2026-O0028)(FEB 2026))|3|||| All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's signed acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________ Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide a letter/official email from the OEM confirming your company is authorized an authorized distributor of their items. IF ITEM NOT PREVIOUSLY PURCHASED BY NAVSUP WSS - or - PRICES INCREASED Provide the NSN of a similar item or, if current NSN is an upgrade part, provide the previous NSN. If previously sold to another buying activity or in the commercial marketplace, provide a copy of your company's invoice (redacted versions are acceptable). If pricing is not in line with historical pricing, provide the basis of your company's pricing. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the GENERATOR,FUNCTION . 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 Manufacturing and Design - The GENERATOR,FUNCTION furnished under this contract/purchase order shall meet the material and physical requirements as specified ;67276 DS360/3; . 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. 3.4 ;Disributors must obtain item directly from the OEM; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.2 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 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.

Similar Contracts

NAICS: 334412
New
Federal

CASE, TEST SET

The Defense Logistics Agency (DLA) at Redstone Arsenal, Alabama, is conducting market research through a Sources Sought Synopsis to identify potential qualified manufacturers or suppliers for a test set designated as CASE, TEST SET, NSN: 6625-01-614-9855, part number 13688093, which supports the M-FM weapon system. This effort is currently under a limited procurement based on FAR 6.302-1(a)(1) due to there being only one responsible source known at this time. The agency is seeking information from all interested businesses, including Women-Owned Small Businesses (WOSB), as indicated by the set-aside designation, as well as 8(a), small disadvantaged, Service-Disabled Veteran-Owned, and Hubzone entities. Firms must meet prequalification requirements and demonstrate the ability to fulfill all manufacturing and contractual obligations, including engineering services, supply chain management, logistics, parts procurement, and delivery. While this announcement is not a solicitation and will not solicit proposals, it serves to gather information on potential suppliers capable of meeting the technical and production demands related to the CASE, TEST SET product. Interested parties are encouraged to register on the Army Aviation and Missile Command’s public website for source approval to compete for any future opportunities. Responses to this synopsis are voluntary, and there is no guarantee of future solicitation or contract award. The DLA emphasizes that no funds are allocated for the preparation of responses, and any submitted information will be used strictly for planning purposes. The deadline for responses to this market research was March 17, 2026, and further inquiries can be directed to the provided agency contacts.

Al DLA Aviation At Huntsville

POSTED

2 days ago

DEADLINE

in 4 days

View Details
NAICS: 334412
New
Federal

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

The contract involves the procurement of 12 units of a circuit card assembly identified by NSN 7H-5998-012615782-GL, destined for delivery to the DLA Distribution center in New Cumberland, Pennsylvania. The Government does not possess the data rights required to contract repair or purchase this part from additional sources, and it has been deemed uneconomical to acquire these rights or attempt reverse engineering. Interested parties can access relevant military and federal specifications, standards, and qualified product lists through designated DoD document services, though certain technical drawings and detailed purchase descriptions are not available through these channels. This acquisition will be conducted under a sole-source authority per FAR 6.302-1, allowing negotiation with only one source while inviting any interested and capable parties to express interest or submit responses. The procurement is a total small business set-aside, and award will be contingent on meeting qualification requirements as outlined in FAR clause 52.209-1. While the Government is not following FAR Part 12 commercial item acquisition policies for this contract, parties may still propose commercial alternatives within 15 days of the notice. The solicitation is managed by the Navsup Weapon Systems Support in Mechanicsburg, Pennsylvania, with a response deadline in early February 2026. The contract incorporates applicable trade agreements and all actions will be taken in accordance with federal acquisition regulations and established qualification protocols.

Navsup Weapon Systems Support Mech

POSTED

2 days ago

DEADLINE

in 28 days

View Details
NAICS: 334412
New
Federal

RESISTOR,DECADE

This contract outlines the requirements for the manufacture and supply of a Resistor, Decade, governed by detailed quality and inspection standards. The contractor must adhere to specific marking requirements per MIL-STD-129 and ensure that any design, material, or part number changes receive prior approval through formal change orders. The contract prohibits the presence of metallic mercury in the materials due to its corrosive and toxic effects, with strict procedures and testing methods established to prevent contamination. Quality assurance responsibilities primarily lie with the contractor, who must maintain an ISO 9001-compliant quality system and retain inspection records for one year post-delivery. Preservation, packaging, and marking must meet MIL-STD 2073 standards as specified. The contract emphasizes compliance with various federal acquisition and inspection protocols, including electronic submission of payment and receiving reports via the Wide Area Workflow system, and mandatory electronic inspection signatures before shipment. Vendors must provide pricing support with a 60-day quote validity and designate authorized distributors with proof of authorization. Communication and notification processes are facilitated through NAVSUP WSS Mechanicsburg and electronic document access systems. The contract includes comprehensive guidance on handling classified documents, distribution statements, and subcontracting limitations to ensure regulatory and security compliance throughout the contract lifecycle.

SPRMM1 DLA Mechanicsburg

POSTED

2 days ago

DEADLINE

in 14 days

View Details