NFPC_Chip Conversion IDIQ
ID: RFQN6449824Q4012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Nonferrous Metal (except Aluminum) Smelting and Refining (331410)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is seeking small business contractors for the NFPC Chip Conversion Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to recycle nonferrous metal chips into usable ingots for the Naval Foundry and Propeller Center, involving the collection, processing, and delivery of these materials. This contract is critical for maintaining efficient operations within the Navy's metal recycling processes and ensuring compliance with stringent quality standards. Interested contractors must submit their quotes by September 25, 2024, and can direct inquiries to Cathy Hughes at cathy.hughes5.civ@us.navy.mil or Sean McColgan at sean.m.mccolgan.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Surface Warfare Center Philadelphia Division seeks a small business contractor for chip conversion and ingot pickup services over five years. The main objective is to recycle metal chips into usable ingots for the Naval Foundry and Propeller Center. The contract is a firm-fixed price, indefinite-delivery/indefinite-quantity arrangement with a 72-month maximum duration. The contractor must collect the chips from two locations, weigh them, and store them in provided containers. The chips, a byproduct of the milling process, are Non Ferrous metal. The contractor is responsible for transporting the chips to their facility, processing them into ingots of specific sizes and weights, and returning them to the Navy. Ingot sizes required are 60-inch diameter (< 12,000 lbs), 42-inch diameter (4,500-5,500 lbs), and 24-inch diameter (approx. 2,500 lbs). These must be manufactured according to specific technical requirements. The contractor must also submit weighted reports and testing results within specified timelines. Critical dates include a solicitation response deadline of 12 August 2024 and a contract performance period starting on award and ending 72 months later. The Navy intends to award a contract for the pickup, processing, and delivery of the ingots as detailed in the SOW.
    The document is an amendment to a solicitation/modification of a government contract issued by the Naval Surface Warfare Center Philadelphia. It formalizes changes within the contract, specifically updating the specifications for byproduct metal recycling services at the Naval Foundry and Propeller Center. Key updates include the incorporation of a Foundry Specification Sheet, revised descriptions for specific contract line item numbers (CLINs) for container services and ingot manufacturing, and an extended deadline for offer submissions to September 25, 2024. The contract operates as a 5-year Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract covering various services, with detailed requirements for pick-up, processing, and delivery of materials. Security protocols for contractor personnel, compliance with environmental regulations, and updated wage determinations are also emphasized. Overall, the document underscores the contractual obligations and requirements to ensure efficient service delivery while maintaining safety and regulatory standards.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense (DoD) to specify data items required from contractors. It includes essential sections detailing the contractor's responsibilities for submitting reports related to government property, particularly focusing on the weight of byproduct chips after collection from a storage facility. The form stipulates submission formats, frequency, and distribution protocols, emphasizing that reports must be emailed in compatible digital formats to designated government officials. The document outlines the preparation and approval process for data items, including requirements for drafts and final submissions. Additionally, it categorizes data items for cost estimation purposes based on the necessity and complexity of the information required. This form is integral to ensuring accountability and compliance in government contracting processes, serving as a framework for data collection and evaluation connected to federal grants and RFPs.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense, focusing on data items related to contract performance. It outlines the procedures for substance analysis and mechanical testing associated with manufacturing processes, specifically for chemical and physical properties concerning forging or casting. The document mandates contractors to provide signed certifications—and associated reports—detailing chemical and mechanical testing results before shipment of materials. This includes stipulations for electronic submission, compliance with specific standards, and required approvals from designated technical points of contact. The form also emphasizes the distribution of data strictly to U.S. government agencies for assessment purposes, ensuring regulatory compliance. Each section, including required information like contract numbers and approval signatures, is critical for the smooth flow of data from contractor to government oversight. This mechanism serves to ensure that all technical requirements are met and that there is accountability within the contract execution process, demonstrating the government’s commitment to quality assurance and safety standards.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by the Department of Defense to document data item requirements for contractors. This specific form outlines a singular data item pertaining to "Report of Receipts, Inventory, Adjustments, and Shipments of Government Property," known as the Melt Report. Contractors are tasked with providing detailed reports on the weight of machine chips scheduled for melting, which must be submitted seven days prior to the scheduled melt. Submission is to be done electronically in a format compatible with Microsoft Office 2010 or Adobe PDF. The form includes sections to capture important data such as contract references, requiring office details, distribution statements, and price group classifications for the data submitted. The form aims to streamline data submissions and ensure compliance with government requirements while protecting confidentiality and facilitating performance evaluation for contractors. The detailed instructions for completion underscore the need for clarity and accuracy in data reporting, which is critical for project oversight and efficient government contracting processes. Overall, the form is essential for managing contractor obligations and ensuring the government's needs in data acquisition are met effectively.
    The NFPC Foundry Specification Sheet outlines requirements for the procurement of nickel aluminum bronze (NBE) ingots, specifically UNS C95800, as per material specification MIL-B-24480A. Effective from September 13, 2023, the document details necessary chemical and mechanical properties, stipulating certifications for chemical analysis and mechanical testing. Each shipment must include ingots accompanied by a minimum of 9 small test ingots, with necessary tags indicating vendor details and weights. The specifications delineate sizes of ingots (24”, 42”, 60”, and 74” diameters), including maximum weights and detailed requirements for lifting hooks integrated into the ingots. The lifting hooks must be fabricated from ASTM A36 material, ensuring compliance with the specified standards. Additionally, all chemical elements must meet set minimum and maximum values, with requirements for clear reporting on laboratory analyses. This document serves as a comprehensive guide for suppliers involved in fulfilling federal government procurement contracts for ingots, ensuring adherence to safety, quality, and reporting standards governed by the Naval Foundry and Propeller Center. The focus on certifications and specific material attributes underscores the importance placed on quality control in defense manufacturing processes.
    Lifecycle
    Title
    Type
    NFPC_Chip Conversion IDIQ
    Currently viewing
    Solicitation
    Similar Opportunities
    RFTP 33-4046-001 Ships
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified bidders for the sale of three Oliver Hazard Perry Class Frigates located in Philadelphia, PA, as part of the RFTP 33-4046-001 Ships opportunity. Bidders are required to submit un-priced technical proposals that will be evaluated to determine eligibility for the subsequent Invitation for Bid (IFB) process, focusing on the removal, dismantling, and recycling of the vessels while ensuring compliance with federal, state, and local regulations. This procurement emphasizes responsible disposal of naval assets, with a performance period of 24 months that mandates detailed operational and safety plans, including hazardous material management. Interested parties should contact Scott Rogers at scott.rogers@dla.mil or Michael Card at michael.card@dla.mil for further information and to ensure adherence to the bidding instructions outlined in the attached documents.
    Weld Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking small businesses to provide on-site weld repair services for Nickel-Aluminum-Bronze (NAB) castings at the Naval Foundry and Propeller Center in Philadelphia, Pennsylvania. The procurement aims to fulfill specific Navy technical requirements, ensuring that qualified technicians perform weld repairs over a period of 10 consecutive weeks, with a firm-fixed-price contract anticipated. This opportunity is crucial for maintaining the integrity and operational readiness of naval components, emphasizing compliance with security protocols and technical specifications. Interested contractors must submit their quotes by September 19, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-478-2013 for further information.
    Term Sales Agreement for Mixed Scrap Steel at Metro San Diego Navy Bases
    Active
    Dept Of Defense
    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is inviting bids for a Term Sales Agreement for mixed scrap steel located at various Navy bases in Metro San Diego, California. Bidders are required to submit their proposals as a percentage of the Fastmarkets American Metal Market price per gross ton, and must possess a California Appliance Recycler Certificate. This procurement aims to facilitate the organized sale of approximately 2,400 gross tons of diverse scrap materials, including pipes and vehicle parts, while ensuring compliance with government regulations and environmental standards. Bids are due by 2 P.M. Pacific Time on September 23, 2024, and must be submitted via certified mail or carrier service; inquiries can be directed to Jose Amuchastegui at 619-556-8162 or via email at Cnrsw-qrp-sales@us.navy.mil.
    2023 Fastener BPA Review
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for competitively procured fasteners used in the Navy's nuclear propulsion plants. This opportunity focuses on fastener products classified under Federal Supply Class Codes 5305, 5306, 5307, and 5310, with an emphasis on compliance with military specifications and quality assurance standards. The procurement is critical for ensuring the reliability and performance of components within the Navy’s nuclear reactors, highlighting the importance of stringent quality control and adherence to military standards. Interested parties should contact James Benes at james.j.benes3.civ@us.navy.mil or call 717-605-4964 for further details, noting that this Request for Information (RFI) is a market research tool and does not constitute a commitment to contract at this time.
    TOTAL SMALL BUSINESS SET ASIDE TO ACQUIRE ONE (1) NSWC PCD COMMAND-WIDE SHREDDING SERVICE EVENT, AS STATED IN THE STATEMENT OF WORK
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division (NSWC PCD), is seeking a qualified contractor to provide a command-wide shredding service event for the destruction of Controlled Unclassified Information (CUI) in paper form. The contractor will be responsible for conducting an on-site shredding event, limited to 7,000 pounds of material or five hours, and must adhere to the guidelines established in CUI Notice 2019-03, ensuring compliance and security throughout the process. This procurement is critical for maintaining the integrity and confidentiality of sensitive information within federal operations. Interested vendors must submit their quotes by the specified deadline to Jessica Clark at jessica.d.clark27.civ@us.navy.mil, ensuring compliance with all outlined requirements, including the provision of a Certificate of Compliance upon completion of the shredding service.
    CIRCUIT CARD ASSEMB
    Active
    Dept Of Defense
    The U.S. Navy's Department of Defense seeks quotes for a Firm-Fixed Price (FFP) contract to manufacture and supply circuit card assemblies. Opportunity Overview The primary purpose of this solicitation is to acquire circuit card assemblies, with an emphasis on quality assurance and timely delivery. The contract will require adherence to specific military standards for packaging, marking, and electrostatic discharge control. Scope of Work Manufacture and supply circuit card assemblies according to the requirements outlined in the solicitation, with a focus on meeting military standards for quality and traceability. Comply with MIL-STD-130 for physical identification and MIL-STD-1686 for electrostatic discharge control. Maintain inspection records for 365 days after final delivery. Deliveries will be FOB Origin. Eligibility Criteria Consideration for award will be given to authorized distributors of the original manufacturer's items. Proof of authorization must be submitted with the offer. Funding and Contract Details The contract type is Firm-Fixed Price (FFP). Estimated funding for this effort is not explicitly mentioned in the solicitation. However, the solicitation indicates that the resultant contract will be issued bilaterally and requires the contractor's written acceptance. Submission Process Interested parties should submit their quotes, representations, and certifications electronically to STEPHANIE.R.PEREZ1@NAVY.MIL. The deadline for submissions is 1 November 24. The quote should include: New procurement unit price Total Price Procurement delivery lead time Award details Inspection and acceptance details Cost breakdown, including profit rate Quote expiration date (90 days minimum) Delivery vehicle details Evaluation Criteria The Navy will evaluate quotes based on the criteria outlined in the solicitation, with an emphasis on price, delivery time, and compliance with military standards. Contact Information For further clarification or questions, interested parties can contact Stephanie Perez at STEPHANIE.R.PEREZ1@NAVY.MIL or via telephone at 717-605-1306.
    METALLIC & NON-METALLIC SCRAP SALE at TEXARKANA, TX, DEMILITARIZATION/MUTILATION AS CONDITION OF SALE (DCOS/MCOS) REQUEST FOR TECHNICAL PROPOSAL (RFTP) No. 33-4036
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking technical proposals for a 66-month contract to dispose of metallic and non-metallic scrap from military bases. Applicants must demonstrate the capacity and means to manage 91 million pounds of materials over the contract period. This pre-solicitation stage requires a detailed technical proposal outlining operational and environmental strategies and will be followed by a monetary bid stage. The Defense Logistics Agency emphasizes responsible disposal and adherence to environmental regulations, with a focus on security and compliance. The deadline for technical proposals is 1pm EST on September 23, 2024.
    Input Ouput Cards
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, is soliciting proposals for the acquisition of Input-Output Controllers (IOCs) to upgrade the Navigation Critical Distribution System (NCDS) on the USS Theodore Roosevelt (CVN 71). The procurement aims to enhance navigation capabilities by upgrading four IOCs, which are critical for delivering navigation data to essential systems on naval vessels, while ensuring compliance with military standards and preventing counterfeit materials. Interested small businesses are encouraged to submit their proposals by the extended deadline of October 2, 2024, with all components required to be delivered by January 30, 2025. For further inquiries, potential offerors may contact Shawn M. Waters at shawn.m.waters@navy.mil.
    Various Quantities of the McMaster-Carr Brand Plasma Machine Repair Parts, as per attached Brand Name Justification -- Total Small Business Set Aside-- See All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) in Panama City, Florida, is seeking bids for various quantities of McMaster-Carr brand plasma machine repair parts as part of a total small business set-aside procurement. The objective is to acquire essential components necessary for the Operations Digital Swarm Project, which involves building critical hardware for electric launch motors. These parts are vital for maintaining operational efficiency and compatibility with existing systems, as McMaster-Carr is the only supplier that meets the precise specifications required. Interested vendors must submit their completed bid spreadsheets by September 24, 2024, to Jessica D. Clark at jessica.d.clark27.civ@us.navy.mil, ensuring all line items are filled and adhering to the outlined submission guidelines.
    CIRCUIT CARD AS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Circuit Card Assemblies. This contract requires the manufacture of specific circuit cards, adhering to stringent quality assurance and inspection standards, with an emphasis on compliance with military specifications. These circuit cards are critical components used in various defense systems, ensuring operational reliability and effectiveness. Interested vendors must submit their proposals by September 20, 2024, and can direct inquiries to Nicole Diehl at 717-605-5415 or via email at nicole.diehl@navy.mil.