Opportunity

SAM #N0010426QSD04

NAVSUP WSS MECHANICSBURG Solicitation for HP-C3600 Processor with Traceability and Quality Requirements

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 14, 2026

Respond By

May 29, 2026

Identifier

N0010426QSD04

NAICS

333998, 423430, 423690

NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH), part of the Department of the Navy, is soliciting offers for a processor procurement: - Buyer: NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH), Department of the Navy - Product requested: Processor, HP-C3600 - Part number: HP-C3600 - Must be manufactured according to the design represented by the specified Cage Code and reference number - OEM: HP (Hewlett-Packard) - Offerors must: - Be authorized distributors of HP and provide proof of authorization - Ensure government source inspection - Comply with MIL-STD-130 marking and MIL-STD 2073 packaging requirements - The contract may include an option for increased quantity - No specific purchase quantity is stated - Traceability and quality assurance are emphasized throughout the solicitation

Description

CONTACT INFORMATION 4 N7M3.14 HS0 771-229-0478 XAVIER.A.KELLAM.CIV@US.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 TO BE DETERMINED (TBD) N00104 TBD TBD SEE SCHEDULE TBD TBD NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER 3 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 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 All freight is FOB Origin. This solicitation is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price: __________ FIRM Extended Total Price: __________ FIRM Quotation Valid for: ________ (Days) (Minimum 45 / Desired 60) Procurement Turnaround Time in Days (PTAT): _______ Awardee CAGE: ____ Government Source Inspection CAGE, if not at source: ____ DCMA DoDAAC ("S----A") for Gov't Source Inspection, if known: ____ Final Acceptance / Packaging CAGE, if not at source: ____ DCMA DoDAAC ("S----A") for Gov't Final Acceptance, if known: ____ 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 as an authorized distributor of their items. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Please indicate the pricing for the option quantity. Price Each: $________ FIRM 1. Scope 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PROCESSOR. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Cage Code/Reference Number Items - The PROCESSOR furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. 1FEQ1 HP-C3600. 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, nor 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 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 be obtained directly from http://quicksearch.dla.mil/ 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. 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. 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 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. 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 Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding OfficerNAVSUP-WSSCode 0095450 Carlisle PikeP.O. Box 2020Mechanicsburg, Pa. 17055-0788 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 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 prospective 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) 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 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. Additional Links: See Solicitation N0010426QSD04

View original listing