SOLICITATION NOTICE
17 -- Tape Connector, Assy
- Notice Date
- 11/20/2015
- Notice Type
- Presolicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7M215R0076
- Archive Date
- 5/20/2016
- Point of Contact
- Kyle D. Barr, Phone: 6146921243
- E-Mail Address
-
kyle.barr@dla.mil
(kyle.barr@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Proposed solicitation, SPE7M215R0076, is for NSN 1710-00-990-3783. Item is a Tape Connector Assy., to be manufactured I/A/W the following: CAPY MACHINE SHOP INC. DBA 0BVP9 P/N 510445-1 MICRO STEEL INC. DBA 0T9A2 P/N 510445-1 WELLMAN DYNAMICS MACHINING AND 6JRD9 P/N 510445-1 IAW REFERENCE DRAWING NR 80020 MPR1212 REVISION NR R DTD 10/19/1990 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 MPR1221 REVISION NR R DTD 10/01/2001 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 416074 REVISION NR L DTD 02/24/2012 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP009903783QA REVISION NR DTD 03/12/2014 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP009903783 REVISION NR DTD 03/12/2014 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL-14-12025FAT REVISION NR DTD 01/27/2014 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL-14-12025PTI REVISION NR DTD 01/27/2014 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL-14-12025COQC REVISION NR DTD 01/27/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 16236 CN009903783 REVISION NR DTD 03/12/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 510445 REVISION NR G DTD 02/22/2012 PART PIECE NUMBER: 510445-1IAW REFERENCE DRAWING NR 80020 510465 REVISION NR J DTD 09/16/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 510466 REVISION NR D DTD 06/28/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 MPR1233 REVISION NR A DTD 03/19/1990 PART PIECE NUMBER: The Contract Data Requirements List (CDRL) line items from this solicitation are not to be separately priced. Offerors must factor into the end item unit price allcosts associated with the preparation and delivery of the data deliverables in this contract. Configuration Change Management - Engineering Change Proposal, Requests for Variance (Deviation or Waiver) February 2015 1. Requirements A. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for Configuration Control of material purchased under this contract. B. Furnished item(s) shall conform to the approved configuration requirements/revision specified, unless a Pre-Production Request for Variance (deviation) or a Post-Production Request for Variance (waiver), is processed and approved as provided by Paragraph 3. in this Standard Text Object (STO). Hereafter, the term #Request for Variance (RFV)# will also include Requests for Deviations and Waivers. 2. The definitions from EIA-649-1 apply to items being procured under this solicitation/contract, with the following clarification of Deviation & Waiver: A. Pre-Production RFV (previously known as deviation) requests permission to produce a product that does not conform to contract requirements/documentation for a limited amount of time and for specified effectivity. (A deviation differs from an engineering change in that an approved engineering change requires corresponding revision of the item's current approved configuration documentation, whereas a deviation does not.). B. Post-Production RFV (previously known as waiver) requests approval of product found during manufacture, or after having been submitted for Government inspection or acceptance, that departs from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 3. Contractor responsibilities. A. An Engineering Change Proposal (ECP) is used to make permanent changes in the Government technical data package (TDP). Pending approval of an ECP, contractual relief should be requested in writing by the Contractor using a RFV. B. Refer to FAR Part 48 Value Engineering for cost saving improvements to the Technical Data Package (TDP). C. All ECPs submitted by the Contractor will be deemed routine. If the Contractor considers an ECP as an emergency or urgent; they shall include in their ECP submittal an explanation and all applicable supporting documentation. All ECPs will be reviewed for a determination on criticality, and, if concurred to be an emergency, the appropriate processing time-frame negotiated with the ESAs will be followed and the Contractor will be notified of anticipated response time. D. For ECPs, Specification Change Notices (SCNs) or RFV, the Contractor must submit the applicable documentation listed in sub-paragraphs D.(1) through D.(4)to the Administrative Contracting Officer(ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV without processing. (1) Documentation listed in Paragraph 3.3.1 (for ECPs), 3.3.2 (RFV), 3.3.3 (for SCNs) or 3.3.4 (for Notices of Revision (NORs)) of the latest revision of EIA-649-1. (2) DD Form 1692 (current revision) for ECP. (3) DD Form 1694 (current revision) for RFV. (4) DD Form 1695 (current revision) for NOR. 4. DLA#s responsibilities: A. Upon receipt of the ECP or RFV, the PCO will ensure that the applicable product specialist receives the copy from DCMA. B. Within five (5) working days from the date of receipt of the Contractor's ECP or RFV from DCMA, the PS must submit the requests and any supporting documentation via a 339 to the appropriate Engineering Support Activity (ESA), when applicable. C. Routine ECPs will be processed within 90 days from receipt by the ESA. RFVs will be evaluated and processed within 30 days from receipt by the ESA or as negotiated with the ESA. (1) The contractor will be notified in writing of approval by the return of an approved copy of the ECP or RFV. Approval will be reflected by signature of the contracting activity or a review activity specifically identified in the contract. (2) The contractor will be notified in writing of disapproval including reason(s) for disapproval. 5. For an approved RFV or an approved ECP, when the request affects the Contract, a modification will be issued to the contract incorporating the applicable requirement changes. Only a Contracting Officer is authorized to issue a modification incorporating the approved RFV and/or ECP. 6. Questions regarding the status of previously submitted ECP or RFV should be directed to the PCO. 7. The submission of an ECP or RFV by the Contractor does not affect the required delivery date of the contract. If a delivery date change is needed, it must be negotiated with the Contracting Officer and documented via modification to the contract. 8. The period of time for evaluation and approval/disapproval of an ECP and/or a RFV, as specified in Paragraph 4. C., shall not constitute excusable delay in the performance of this Contract by the Contractor or in any way relieve the contractor from compliance with the contract delivery schedule. The submission of an ECP and/or RFV by the Contractor shall not preclude the Government from exercising its rights under any clause of the Contract. (End) 82N CSI GOVERNMENT FIRST ARTICLE TESTING APPLIES PRE-AWARD AND POST-AWARD SURVEY APPLIES THE FOLLOWING DD FORM 1423 CDRL'S APPLY:CDRL 14-12025AFAT CDRL 14-12025APTI CDRL 14 -12025ACOQC THE FOLLOWING SUPPLEMENTAL QUALITY ASSURANCE PROVISIONS APPLY: SQAP009903783QA SQAP009903783FAT AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CRITICAL APPLICATION ITEM. ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. PCO MANDATORY INSPECTION. DURING PRODUCTION, MANDATORY INSPECTION IS REQUIRED TO BE ACCOMPLISHED AND DOCUMENTED BY THE CONTRACTOR AS FOLLOWS: CRITICAL AND MAJOR CHARACTERISTICS AS IDENTIFIED IN CLASSIFICATION OF CHARACTERISTICS BLOCK ON DRAWING(S), TECHNICAL SPECIFICATIONS, SECOND TIER DOCUMENTS REFERENCED IN THE ACQUISITION ITEM DESCRIPTION AND SPECIFIED IN THE PROCUREMENT DOCUMENT, AND CHARACTERISTICS DEFINED AS: (A) MATERIAL CERTIFICATIONS (B) DESTRUCTIVE AND / OR NONDESTRUCTIVE TEST RESULTS (WHEN APPLICABLE) (C) ATTRIBUTES FOR PLATING HARDNESS IMPORTANT MINOR CHARACTERISTICS SHALL BE DEFINED BY THE CONTRACTOR SUBJECT TO QAR CONCURRENCE, UNLESS OTHERWISE DEFINED ON APPLICABLE DRAWING(S), SPECIFICATIONS AND CHARRACTERISTICS DEFINED AS: (A) DIAMETRICAL AND LINEAR DIMENSIONS HAVING A TOLERANCE OF +/- 0.005 INCH OR LESS (B) GEOMETRIC FEATURE CONTROLS HAVING A TOTAL TOLERANCE OF 0.003 INCH OR LESS (C) SURFACE FINISHES HAVING A 16 VALUE OR LESS (D) CLASS THREE THREADS (E) ANGULAR TOLERANCES WITH A TOTAL RANGE LESS THAN 1 DEGREE LEVEL OF INSPECTION: ANSI / ASQC Z1.4 FOR SINGLE SAMPLING USING A GENERAL INSPECTION LEVEL O II (A) CRITICAL AND MAJOR CHARACTERISTICS: 100% INSPECTION APPLIES (B) IMPORTANT MINOR CHARACTERISTICS: AQL OF 1.5 CERTIFICATION / DATA REPORTS: THE CONTRACTOR IS RESPONSIBLE FOR PREPARING A CERTIFICATE OF QUALITY COMPLIANCE (COQC) IN ACCORDANCE WITH THE DD FORM 1423 CONTRACT DATA REQUIREMENTS LIST (CDRL). THE COQC CONTENT WILL INCLUDE AS A MINIMUM THE DATA DESCRIBED IN DLAR CLAUSE 52.246-9000, IN ADDITION TO ALL PCO MANDATORY INSPECTION RESULTS. THIS COQC REQUIREMENT APPLIES TO EACH UNIT OF CONTRACT QUANTITY. 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. 52.246-11 Higher Level Contract Quality Requirement (Manufacturers) FAR CLAUSE 52.246-11 APPLIES. A QUALITY MANAGEMENT PROGRAM MEETING THE REQUIREMENTS OF ISO 9001:2008; A PROGRAM COMPARABLE TO ISO 9001:2008 (EXAMPLE SAE AS 9100), THE FOLLOWING TAILORED VERSION OF ISO 9001:2008; OR A PROGRAM COMPARABLE TO THE TAILORED VERSION OF ISO 9001:2008 (EXAMPLE SAE AS 9003) IS REQUIRED. MIL-I-45208 AND MIL-Q-9858 ARE OBSOLETE AND NO LONGER CONSIDERED SUITABLE WHEN HIGHER LEVEL QUALITY IS REQUIRED. IN THE TAILORED VERSION OF THE ISO 9001:2008, ANY REFERENCES WHICH CITE THE ENTIRE INTERNATIONAL STANDARD ARE INTERPRETED AS EXCLUSIONS TO THIS DOCUMENT.DLA TAILORED HIGHER LEVEL QUALITY CLAUSE FROM ISO 9001:2008 4.1 General requirements, [excluding reference to 1.2 and excluding NOTE 3 c)] 4.2.1 General, [excluding subparagraph a)] 4.2.2 Quality manual, [excluding subparagraph a)] 4.2.3 Control of documents 4.2.4 Control of records 5.1 Management commitment 5.3 Quality policy 6.2.2 Competence, training and awareness 6.4 Work environment 7.1 Planning of product realization, [excluding NOTE 2] 7.2.1 Determination of requirements related to the product 7.2.2 Review of requirements related to the product7.2.3 Customer communication 7.3.7 Control of design and development changes 7.4.1 Purchasing process 7.4.3 Verification of purchased product 7.5.1 Control of production and service provision 7.5.3 Identification and traceability 7.5.4 Customer property 7.5.5 Preservation of product 7.6 Control of monitoring and measuring equipment 8.1 General, [excluding subparagraph b) and subparagraph c)] 8.2.2 Internal audit 8.2.4 Monitoring and measurement of product 8.3 Control of nonconforming product 8.5.2 Corrective action 8.5.3 Preventive action REMINDER: THIS IS A CRITICAL ITEM AND ALL MAJOR AND MINOR WAIVER/DEVIATION REQUESTS MUST BE FORWARDED TO THE DSCC CONTRACTING OFFICER WHO WILL COORDINATE THE REVIEW AND APPROVAL THROUGH THE RESPONSIBLE ENGINEERING SERVICE ACTIVITY. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. "CERTIFICATE OF QUALITY COMPLIANCE IS MANDATORY" THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. SURPLUS IS NOT ACCEPTABLE FOR THIS NSN. (ALRE CSI/CAI) CRITICAL APPLICATION ITEM PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:41 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:EA CUSH/DUNN MAT:NA CUSH/DUNN THKNESS:H UNIT CONT:D3 OPI:M PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED JULY 01, 2008 EACH UNIT PACKAGE WILL BE MARKED WITH THE NSN, CONTRACT NUMBER, LOT NUMBER, CONTRACTOR CAGE CODE, MANUFACTURER CAGE CODE, AND PART NUMBER. EXPORT CONTROLLED ITEM. SPECIAL MARKINGS CODE 40 REQUIRED PER MIL-STD-129, PARAGRAPH 4.4.3.14 APPLIES. The solicitation is anticipated to require FOB Destination, Inspection at Origin and Acceptance at Destination. Proposed solicitation is for a total quantity of 184 each to be shipped to New Cumberland PA 17070-5002. It is anticipated a 440 day delivery will be required for all sources not waived for First Article Testing (FAT). Delivery will be reduced 200 days for sources waived for FAT. All responsible sources may submit an offer which shall be considered. Proposed solicitation is a 100% Small Business set-aside. A 25% option will be included. Based on 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. One or more of the items under this acquisition may be subject to 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. This solicitation will be made available on its issue date of approximately 12/4/15, at HTTPS://WWW.DIBBS.BSM.DLA.MIL/ PLEASE NOTE: THE SOLICITATION WILL NOT BE AVAILABLE UNTIL THE ISSUE DATE. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. A written offer is required and is to be returned to the bid room at Defense Supply Center Columbus, PO Box 3990, Columbus, OH 43218- 3990, or can be faxed to 614-692-4275. "Submission of proposal by electronic commerce (e-mail) is allowed. Submit e-mailed proposals to the Bid and Abstract Room at: ContractorProposalDLALandandMaritime@dla.mil Emailed proposals cannot exceed 15 MB." NO OFFERS SHOULD BE EMAILED OR FAXED TO THE BUYER. Notice: This solicitation contains DLAD provision 52.215-9023 for Reverse Auction (RA). The Government reserves the right to activate this provision after timely offers have been received and evaluated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M215R0076/listing.html)
- Record
- SN03952115-W 20151122/151120234826-59839c12339e63ff92a81496d901c4b7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |