NSN:3439-00-913-4750
FLUX, BRAZING
TYPE A
U/I JAR = 8 OZ.
Hazard Communication Standard Notice:
Effective June 1, 2015, Federal Standard No. 313-E, Material Safety
Data, Transportation Data and Disposal Data for Hazardous Materials
Furnished to Government Activities, establishes the requirement for
preparation and submission of Safety Data Sheets (SDS) in lieu of
Material Safety Data Sheets (MSDS) by suppliers who provide hazardous
materials to government activities.
The Occupational Safety and Health Administration (OSHA) has modified
its Hazard Communication Standard (HCS) to conform to the United Nations
Globally Harmonized System of Classification and Labeling of Chemicals.
As a result of this change, GSA revised Federal Standard No. 313-E
requiring Safety Data Sheets for classifying chemicals and communicating
the applicable information on labels.
In accordance with the revised standard after June 1, 2015:
1. Suppliers will be required to submit, to the contracting officer for
review and approval prior to award, safety data sheets consistent with
the requirements found at 29 C.F.R. 1910.1200 for hazardous materials
delivered to the Government.
2. Suppliers will also be required to submit, to the contracting officer
for review and approval prior to award, hazardous warning labels in
accordance with 29 C.F.R. 1910.1200 for hazardous materials delivered to
the Government.
3. Finally, suppliers must train their employees on the new safety data
sheets, hazardous warning labels, and requirements of 29 C.F.R.
1910.1200.
For more information on SDS, refer to OSHAs website, available at:
https://www.osha.gov/dsg/hazcom/ghs-final-rule.html.
For information on 29 C.F.R. 1910.1200, refer to the below link:
http://www.gpo.gov/fdsys/pkg/CFR-2009-title29-vol6/pdf/CFR-2009-title29-
vol6-sec1910-1200.pdf.
THIS SHELF LIFE ITEM IS NON-EXTENDABLE, CODE H,
WITH A TOTAL SHELF LIFE OF TWELVE MONTHS.
MATERIAL FURNISHED UNDER THIS CONTRACT/ORDER
SHALL HAVE AT LEAST 85% (10 MONTHS) OF THE SHELF
LIFE REMAINING AT TIME OF DELIVERY.
MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL
NOT BE INTENTIONALLY ADDED TO<(>,<)> OR COME IN DIRECT
CONTACT WITH<(>,<)> ANY HARDWARE OR SUPPLIES FURNISHED
UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY
USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED
INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS;
AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA.
PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS
CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN
A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR
MERCURY COMPOUND. (IAW NAVSEA 5100-003D).
FULL AND OPEN COMPETITION APPLY
CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE
USED NOR INCORPORATED IN ANY ITEMS TO BE
DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION
SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT
DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS.
SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR
APPROVAL UNLESS THEY ARE AUTHORIZED BY THE
SPECIFICATION REQUIREMENTS.
CRITICAL APPLICATION ITEM
IAW BASIC UNK O-F-499D NOT 1
REVISION NR D DTD 10/03/2006
PART PIECE NUMBER: O-F-499 TYPE-A 8-OZ
Unit of Issue: Jar
Destination Information: FOB Destination, Inspection and Acceptance at Destination.
Delivery Schedule: 28 days
All responsible sources may submit an offer/quote which shall be considered.
One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979.
All offers shall be in the English language and in U.S. dollars.
All interested suppliers may submit an offer.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice
The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.
The solicitation will be available in FedBizOpps on its issue date of 2-24-16.
The Small Business size standard is 500 employees.
Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date.
The total duration (base plus option years) shall not exceed three years.
Various Increments Solicited:
FROM: TO:
1 5
6 10
11 15
16 50
TYPE OF SET-ASIDE: Total small business set aside.