Opportunity
SAM #N0010426QZA48
Refurbishment Services for Navy Shipboard Ball Valve, 2.50IPS
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 08, 2026
Respond By
June 08, 2026
Identifier
N0010426QZA48
NAICS
332919, 332911
NAVSUP Weapon Systems Support Mechanicsburg is seeking refurbishment services for a Ball Valve, 2.50IPS, used in critical Navy shipboard systems. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - Products/Services Requested: - Refurbishment of Ball Valve, 2.50IPS (SPECIAL EMPHASIS material) - Includes inspection, cleaning, oxygen cleaning, traceability, and documentation - OEMs and Vendors: - No specific OEMs named; offerors must identify OEM if not the Original End Manufacturer - Letter of authorization required from OEM if offeror is not the OEM - Unique/Notable Requirements: - Compliance with NAVSEA SS800-AG-MAN-010/P-9290 and other technical drawings - Must meet SUBSAFE requirements - Oversight by NSWC PD N64498 - Navy Source Certification required prior to O2 cleaning - All SUBSAFE work must be performed by NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC) - Government Quality Assurance at source by DCMA Navy Special Emphasis Organization (NSEO) representatives - Detailed requirements for documentation, inspection, and technical compliance - Place of Performance and Oversight: - NAVSUP Weapon Systems Support Mechanicsburg (contracting office) - NSWC PD N64498 (supervising authority) - No specific part numbers or quantities provided in the solicitation.
Description
CONTACT INFORMATION 4 N742.16 WV2 N/A robert.h.langel.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 |||||||||||||||||||| MARKINGS LEVEL I/SUBSAFE/DSS-SOC/TRIPER 5 |||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 ||| INSPECTION AND ACCEPTANCE - SHORT VERSION 8 x ||x |||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material N/A TBD N00104 TBD TBD N50286 QTY 3 TBD TBD N/A N/A TBD N/A See form DD1423 PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL MONETARY LIMITATION REPAIR PURCHASE ORDERS 1 TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MECH MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 ||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003) 6 One year from date of delivery. One year from date of delivery. ||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 ||||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 ||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 |||||||||||| WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026) 2 ||| 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 ENERGY PROGRAM USE (APRIL 2008) 2 ||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 set 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 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) and the 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 Packaging 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). 7. The resulting contract from this request for proposal/request for quotations will utilize Commercial Asset Visibility (CAV). See NAVSUPWSSFA24 for more details. 8. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 9. Vendor shall have 45 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). 10. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 11. 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. 12. 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: Teardown & Evaluation Rate: Repair Turn Around Time (RTAT): Throughput Constraint: Induction Expiration Date: 13. PRICE REDUCTIONS 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 a Reduction 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. 14. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. Requested RTAT: 71 Days; 15. Quotes shall reference the proposed RTAT and any capacity constraints. 16. This item requires oxygen cleaning and requires Navy Source Certification prior to O2 cleaning. 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. 1.1.1 LI-SOC ITEM - It has been determined that this item falls within both the Level I boundary and the Scope of Certification (SOC) boundary. 1.1.2 This Ball Valve contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=EB-4147 |96169| B|SP |D|0001 | B|49998|9999999 DRAWING DATA=2640-808X1J1 |53711| A|ER |D|0001 | A|49998|0487192 DRAWING DATA=2640-809X10 |96169| C| |D|0001 | C|00026|0000000 DRAWING DATA=4558709 |80064| E| |D| | | DRAWING DATA=4687720 |80064| E| |D| | | DRAWING DATA=7108792 |53711| B| |D|0001 | B|49998|5040514 DRAWING DATA=7284884 |53711| F| |D|0001 | F|49998|0125575 DRAWING DATA=7284884 |53711| F| |D|0002 | F|49998|0133395 DRAWING DATA=7286250 |53711| J| |D|0001 | J|49998|0350803 DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 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 Drawing 7108792 Assembly IRB (less actuator item 47), Engineering Report 2640-808X1J1, MS NO. 5540-081-098 REV - CHG-6 (CSD470), 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 Dimensions for Item 45 of drawing 7108792 is 0.250 inches diameter and 0.190 inches in depth; 3.4 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 (C1), Item 1 of drawing 7108792 Retaining Nut (C1), Item 2 of drawing 7108792 Valve Stem (C1), Item 3 of drawing 7108792 Adapter Plate (C1), Item 4 of drawing 7108792 Ball (C1), Item 6 of drawing 7108792 Seat (D0 - chemical certification is required), Item 5 of drawing 7108792 Self-Locking Cap Screw (C1), Item 25 of drawing 7108792 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. 3.5 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. 3.5.1 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). 3.5.2 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. 3.5.3 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. 3.5.4 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. 3.6 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. 3.6.1 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. 3.7 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. 3.7.1 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 part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number. 3.7.2 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 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. 3.7.3 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. 3.8 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. 3.8.1 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. 3.8.2 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. 3.8.3 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 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 CenterCode 8410P, 101 Strauss AvenueIndian 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 OfficerNAVSUP-WSSCode 873215450 Carlisle PikeP.O. Box 2020Mechanicsburg, 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 OfficerNAVSUP-WSSCode 0095450 Carlisle PikeP.O. Box 2020Mechanicsburg, 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 OfficerNAVSUP-WSSCode 1 Support Branch700 Robbins AvenuePhiladelphia, 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=ASREQBlock 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=ASREQBlock 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=ASREQBlock 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=ASREQNo additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQNo additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQNo additional remarks are required for properly processing this DD1423 Additional Links:See Solicitation N0010426QZA48