• Register
  • Login
  • Subscribe
  • Contact Us

Towed Array Subasem

USARFP notice for Towed Array Subasem. The reference ID of the tender is 127493726 and it is closing on 17 Dec 2025.

Tender Details

  • Country: USA
  • Summary: Towed Array Subasem
  • UST Ref No: 127493726
  • Deadline: 17 Dec 2025
  • Financier: Self Financed
  • Purchaser Ownership: Government
  • Tender Value: Refer Document
  • Notice Type: Tender
  • Document Ref. No.: N0010426QNA04
  • Purchaser's Detail:
    Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details. Login to see full purchaser details.
  • Description:
  • CONTACT INFORMATION|4|N744.24|BLB|771-229-0476|HEATHER.R.JONES52.CIV@US.NAVY.MIL|
    ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
    HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001, PLEASE REFERENCE TDP|
    INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
    PRODUCTION LOT TESTING|1|30 days|
    INSPECTION/ACCEPTANCE POINT|6|||||||
    TIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||
    WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE 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|
    EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
    FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|||||||||||
    BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||
    NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1||
    ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13||||||||||||||
    SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|334290|800|||
    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||
    ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334290|800||||||||||||
    NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X||
    EVALUATION OF FIRST ARTICLE TESTING|3|||X|
    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 such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
    4. 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.
    5. Any contract awarded as a result of this solicitation will be DX 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.
    6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation.
    7. This solicitation requires First Article Testing (FAT). See FAR 52.209-3 First Article Approval - Contractor Testing for more details.
    8. Note this requirement requires production lot testing.
    \
    1. SCOPE
    1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TOWED ARRAY SUBASEM .
    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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
    2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
    2.2 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 shall take precedence. Nothing in this contract/purchase order,
    however, shall supersede applicable laws and regulations unless a specific exemption has been obtained.
    DRAWING DATA=497A10012 |53711| E| |D|0001 | E|49998|0051199
    DRAWING DATA=497A10104 |53711| E| |D|0001 | E|49998|0052977
    DRAWING DATA=497A63201 |53711| | |D|0001 | |49998|0207403
    DRAWING DATA=497A75300 |53711| | |D|0001 | |49998|0379951
    DRAWING DATA=497A75301 |53711| D| |D|0001 | D|49998|0130461
    DRAWING DATA=497A80018 |53711| D| |D|0001 | D|49998|0047022
    DRAWING DATA=497A80072 |53711| B| |D|0001 | B|49998|0091486
    DRAWING DATA=8482141 |53711| A| |D|0001 | A|49998|0136138
    DRAWING DATA=8482148 |53711| -| |D|0001 | -|49998|0191977
    DRAWING DATA=8482149 |53711| A| |D|0001 | A|49998|0155217
    DRAWING DATA=8482158 |53711| A| |D|0001 | A|49998|0282045
    DRAWING DATA=8482159 |53711| -| |D|0001 | -|49998|0228724
    DRAWING DATA=8482160 |53711| -| |D|0001 | -|49998|0129050
    DRAWING DATA=8482161 |53711| A| |D|0001 | A|49998|0154947
    DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03|
    DOCUMENT REF DATA=MIL-A-24456 | | | |790615|A| 3| |
    DOCUMENT REF DATA=ASME-Y14.5.1M | | | |941114|A| | |
    DOCUMENT REF DATA=MIL-DTL-15024 | | |F |971128|A| | |
    DOCUMENT REF DATA=ASTM-D329 | | | |901026|A| | |
    DOCUMENT REF DATA=MIL-PRF-81733 | | |D |980515|A| | |
    DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
    DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03|
    3. REQUIREMENTS
    3.1 Design, Manufacture, and Performance - Except as modified herein,
    the TOWED ARRAY SUBASEM furnished under this contract/purchase order shall meet the
    design, manufacture, and performance requirements specified on drawing ;497A75300;
    cage ;53711; .
    3.1.1 ;PN - 497A75300-19;
    3.2 Marking - This item shall be physically identified in accordance
    with ;MIL-STD-129; .
    3.3 ;The requirements of 53711 drawing #497A75300 are such that a potential vendor must comply with multiple drawing and mil-spec requirements prior to award. The item required is an assembly of parts. The piece parts and the assemblage processes need to
    comply with all requirements as desribed in the production notes and subsequent drawing specification requirements.
    The following drawings specifications require process qualification prior to acceptance of production orders:
    NAVSEA Drawing 8482161, Process Specification for Vulcanization of Chloroprene Rubber (per 3.6)
    NAVSEA Drawing 8482159, Process Specification for Installation of Vibration Damping Tiles (per 3.6)
    NAVSEA Drawing 8482158, Process Specification For Bonding with Epoxy Adhesives (per 3.6)
    NAVSEA Drawing 8482160, Process Specification for Gap Filling (per 3.6)
    Per NAVSEA DRAWINGS:
    3.6 Qualification.
    This specification requires process qualification prior to acceptance of production orders. The qualification need not be accomplished for repeat orders, provided that the materials and processes have not been changed. With each production order the
    supplier shall furnish certification in writing that the materials and processes have not been changed in any way from that used when the process was originally qualified.
    3.6.1 Requalification.
    The supplier is advised that if the material formulation or manufacturing process has been changed since the receipt of qualification approval, requalification shall be required before supplying the product manufactured inaccordance with this
    specification. The supplier shall notify the procuring activity prior to change. The procuring activity will determine the extent of the requalification.
    4.2.1 Qualification Test.
    Process qualification tests are specified in Table 1. Each bonded materials combination for Type I bond shall be tested to qualify the bonded strength and peel rate.
    ;
    3.4 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required.
    3.4.1 ;First Article Test/Inspection (Contractor) -
    FIRST ARTICLE INSPECTION: CONDUCT TENSILE TEST ON ALL BONDED STRUCTURE IAW 8482158. BONDED INSERTS SHALL WITHSTAND A MINIMUM 6,000 LBS LOAD WITHOUT BONDAND/OR STRUCTURE DEGRADATION. VERIFY CURED HARDNESS IAW MIL-PRF-81733.
    ;
    3.5 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required.
    3.5.1 ;QUALITY CONFORMANCE TESTS:
    PERFORM CURED FN 10 HARDNESS TEST IAW MIL-PRF-81733 ON EACH BATCH OF MIXEDMATERIAL USED FOR STRUCTURE BONDING.
    ;
    3.6 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973,
    Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original
    and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
    3.6.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until
    another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted,
    the date of the granting of the authorization, and the name of the granting authority.
    Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below.
    The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788.
    Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor.
    3.7 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
    will be cause for rejection.
    If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
    contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
    Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
    The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
    contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
    located so as not to constitute a contamination hazard.
    If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
    polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
    requirements of this contract are concerned.
    These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
    Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
    Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
    component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
    ship atmosphere.
    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 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001.
    4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to
    MIL-I-45208 are granted permission to utilize this if desired.;
    4.3 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.
    4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during
    the performance of the contract and for a period of four years after final delivery of supplies.
    4.5 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production.
    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.
    A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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
    NAVICP-MECH
    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 from:
    Commanding Officer
    NAVICP-MECH
    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:
    Naval Inventory Control Point
    Code 1 Support Branch
    700 Robbins Avenue
    Phildelphia, Pa. 19111-5094
    H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
    DATE OF FIRST SUBMISSION=ASREQ
    ;APPROVAL OF THE REPORT BY NUWC NWPT ISEA REQUIRED PRIOR TO COMMENCEMENT OF PRODUCTION LOT UNITS.;
    Michael Reed
    Naval Undersea Warfare Center Division Newport
    Code 1533, Hull Arrays and Distributed Sensors
    michael.d.reed@navy.mil
    DATE OF FIRST SUBMISSION=ASREQ
    QUALITY CONFORMANCE TESTS TO BE PERFORMED AS HARDNESS TEST IAW MIL-PRF-81733 ON EACH BATCH OF MIXEDMATERIAL USED FOR STRUCTURE BONDING.
    POC REGARDING TESTING IS AS FOLLOWS:
    Michael Reed
    Naval Undersea Warfare Center Division Newport
    Code 1533, Hull Arrays and Distributed Sensors
    michael.d.reed@navy.mil
  • Documents:

 Tender Notice

If you are registered member, kindly login to view full details of this tender notice:

CLICK HERE TO LOGIN

Towed Array Subasem - USA Tender

The DEPT OF DEFENSE | DEPT OF THE NAVY, a Government sector organization in USA, has announced a new tender for Towed Array Subasem. This tender is published on USARFP under UST Ref No: 127493726 and is categorized as a Tender. Interested and eligible suppliers are invited to participate by reviewing the tender documents and submitting their bids before the deadline on 2025-12-17.

The estimated tender value is Refer Document, and full details, including technical specifications and submission requirements, are provided in the official tender documents. Ensure all submissions meet the criteria outlined to be considered for evaluation.

USARFP Features

USARFP Features

Fresh and verified Tenders from USA. Find, search and filter Tenders/Call for bids/RFIs/RFPs/RFQs/Auctions published by the government, public sector undertakings (PSUs) and private entities.

  • 1,000+ Tenders
  • Verified Tenders Only
  • New Tenders Every Day
  • Tenders Result Data
  • Archive & Historical Tenders Access
  • Consultants for RFI/RFP/RFQ
  • Tender Notifications & Alerts
  • Search, Sort, and Filter Tenders
  • Bidding Assistance & Consulting
  • Customer Support
  • Publish your Tenders
  • Export data to Excel
  • API for Tender Data
  • Tender Documents
Tender Experts

Get A Call From Tender Experts

Fill out the form below and you will receive a call from us within 24 hours.

Thank You for Contacting USARFP !!
Email Id is already exist !!
Captcha Image
Invalid Captcha !

Get FREE SAMPLE TENDERS from USA in your email inbox.

  Chat with us