Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

16 -- CRANK ASSEMBLY,AIRC

Notice Date
12/17/2019 1:06:06 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038320QH031
 
Response Due
12/16/2019 8:59:59 PM
 
Archive Date
12/31/2019
 
Point of Contact
Telephone: 2156974331
 
E-Mail Address
KYLIE.WALKER@NAVY.MIL
(KYLIE.WALKER@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N722.23|B4T|215-697-4331|kylie.walker@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||N52211.71| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report Combo ||TBD|N00383|TBD|TBD|See Schedule |TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JAN 2019)(DEVIATION 2019-O0003)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2018)|12|336413|1250||||||||||| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to ""issue"" contractual documents asdetailed herein. Early and incremental deliveries accepted. 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;BOEING; drawing number ( ;76301; ) ;74A410549-1006; , Revision ;LATEST; and all details and specifications referenced therein. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 1.4 . Markings shall be in accordance with MIL-STD-130. 1.5 . The contractor shall include on the detailed process/operation sheets developed, (1) all in house manufacturing processes and (2) the identity of all manufacturing sources performing processes/operations outside their facility. These sheets shall not be revised or altered after the successful completion of First Article or Production Lot Testing without approval from the Basic Design Engineering activity, via the PCO. 1.6 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below 4.1.1 Dimensional test (special) ;APPLIES, COMPLETE FAT INSPECTION TO BE PERFORMED AT THE CONTRACTORS FACILITY WITNESSED BY PERSONNEL FROM FRCW, DCMA AND NAVSUP WSS; 4.1.2 Requirements of: ;NA; 4.1.3 Form ;APPLIES; 4.1.4 Fit ;NA; 4.1.5 Function ;NA; 4.1.6 Compliance with drawing ( ;76301; ) ;74A410549; , Revision ;LATEST; and specifications referenced therein. 4.2 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirements 4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection 4.4 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing. 4.4.1 The QAR shall be present to witness all First Article Testing. 4.4.2 The following additional personnel shall witness the First Article Testing: ;FRCW NORTH ISLAND NAVSUP WSS DCMA; 4.5 Disposition of FAT samples 4.5.1 ; ; Sample(s) may be destroyed during testing. 4.5.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.6 Test Sample Coating Instructions 4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required. 4.7 Notice to Government of Testing at the contractors facility. 4.7.1 FAR 52.209-3 applies (A) The contractor shall present ;1; ; unit(s) of the following CAGE( ;76301; ; ), Part Number ;74A410549; ; , Revision ;LATEST ; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, the contractor shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests. (B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;FRCW NORTH ISLAND NAVSUP WSS CODE N231 DCMA; ; The contractor shall mark the report ""First Article Test Report"" and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements. (C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to present any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract. (F) Unless otherwise provided in the contract, and if the approved First Article is not consumed or destroyed in testing, the contractor may deliver the approved First Article as part of the contract quantity if it meets all contract requirements for acceptance. (G) If the Government does not act within the time specified in paragraph (C) above the contracting officer, shall, upon timely written request from the contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) Before First Article Approval, the acquisition of materials or components for, or the commencement of production or, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocated to this contract for 1) progress payments, or 2) termination settlements if the contract is terminated for the convenience of the Government. The contractor is responsible for providing operating and maintenance instructions, spare parts, and repair of the First Article during any First Article test. (I) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to the effect with each First Article. (J) The test report (2 copies) shall be in accordance with MIL-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant DCMC to NAVSUP, ATTN: (Cite name and code in Block 10.a of the SF33). The DCMC shall provide comments on Form DD1222 (2 copies) which shall be forwarded with the test report. Approval of the test report is the PCO's responsibility. Upon notification of approval, condition approval, the ACO shall execute the DD250 to indicate Government acceptance of the test report. 4.8 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, NAVSUP WSS reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run. Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on waiver of First Article Approval Requirements) Within Days: Item No. _____________ Quantity:_______ After Date of Contract:_________ 4.9 Production Lot Test Requirements: The tests to be performed under the production lot sample testing provisions of the contract are as follows: 4.9.1 Workmanship Production lot samples shall be inspected to determine general workmanship. 4.9.2 Dimension check Production lot samples shall be inspected to determine compliance with applicable drawings and/or specifications. ;APPLIES, THE PLT SHALL BE PERFORMED AT THE CONTRACTORS FACILITY BY THE DCMA/QAR; 4.9.3 Form: ;APPLIES; 4.9.4 Fit: ;NA; 4.9.5 Function: ;NA; 4.9.6 Requirement of: ;NA; 4.10 In addition to the above tests, the production lot samples to be delivered hereunder shall also be subjected to those tests which will demonstrate that the samples comply with the contract requirements. 4.11 The contractor will be responsible for providing the necessary parts and repair of the production lot samples during testing. 4.12 Disposition of test samples 4.12.1 ; ; Samples shall not be returned to the contractor because they shall be destroyed during testing. 4.12.2 ;APPLIES; Unless otherwise provided for in the contract, samples shall be returned to the contractor and may be considered as production items under the contract provided the samples can be refurbished to Ready For Issue condition and provided the samples have inspection approval of the cognizant DCMC QAR. Samples may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.12.3 ; ; Samples shall be returned to the contractor but shall not be considered as production due. 4.13 Production Lot Test Criteria: 4.14 (A) As specified in this contract, the contractor shall test ;1; selected at random by the cognizant Government Inspector (DCMC) as production lot samples. At least fourteen (14) calendar days before beginning the production lot sample tests, the contractor shall notify the contracting officer, in writing, of the time and location of the testing so the Government may witness the tests. (B) The contractor shall submit the Production Lot Sample Test Report within 15 calendar days from the date of testing. Forward copies of the report in accordance with the distribution cited on the DD1423. Mark reports as follows: ""Production Lot Sample Test Report, Contract No. ________ Lot/item No. ____."" Within forty-five (45) calendar days after the Government receives the test report, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the production lot samples. A notice of disapproval shall cite the reasons for the disapproval. Unless expressly permitted elsewhere in this contract, the delivery of the production articles shall not be made until after notification by the Government of the approval/disapproval of the production lot samples; any production items delivered prior to the notification of the approval/ disapproval of the production lot samples shall be at the contractor's risk. (C) In the event the contractor does not receive written notification of approval or disapproval of the samples for a particular production lot within forty-five (45) days from their submission for such testing, the contract delivery schedule shall be equitably adjusted as necessary. (D) If the contractor fails to deliver the test report for any production lot samples within the time or times specified, of if the Contracting Officer disapproves any production lot samples, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract, and this contract shall be subject to termination for default. (E) In order for a production lot to be acceptable, all samples representative of the lot must pass all of the contract requirements. In the event a sample fails to pass such requirements the lot will be rejected. In such event, the Government may, at its option and at no additional cost to the Government, (I) terminate all or any portion of this contract for default, (II) require the manufacture of a new production lot, or a rework of the rejected production lot if the means and procedures proposed by the contractor for rework are acceptable to the Government, or (III) require the submission of additional samples for test. The foregoing procedures shall apply to new or reworked production lots in the same way as they did to the original production lot. (F) For each additional sample or each resubmission of a modified sample which the contractor is required to submit for approval hereunder as a result of the failure of a previous sample to conform to the requirements of the specifications, the contractor shall pay the Government the costs of reinspection, shipping, examination, and retesting by the Government, and the contractor and his sureties (if any) shall be liable for the amount of such costs. 4.15 ALTERNATE OFFERORS - Waiver of Production Lot Testing Approval Requirements Unless otherwise specified in Section E of this solicitation, the Naval Inventory Control Point reserves the right to waive the Production Lot Testing Approval Requirements specified herein for offerors who have previously furnished IDENTICAL production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of Production Lot Testing Approval Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee responsible for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequence of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) In the event waiver of the Production Lot Testing Approval Requirements is granted, the delivery schedule for the production units shall be one hundred and sixty-five (165) days earlier than that which is desired had the waiver not been granted. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers the government. Offeror's Alternative Proposed Delivery Schedule (Based on waiver of Production Lot Testing Approval Requirements) Within Days: Item No._____________ Quantity: _________ After Date of Contract: ____________ 4.16 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;a) 2.5007 + 0005/-.0000 DIA BEFORE PLATING (DWG, Sheet 2, Zone H11) b) 2.4995 + .0011/-.0000 DIA AFTER PLATING (DWG, Sheet 2, Zone G11) c) 4.200 + .005/-.005 PERPENDICULARITY WITH DATUM A WITHIN .001 (DWG, Sheet 2, Zone (H9) d) 1.6844 + .0000/-.0009 DIA BEFORE PLATING .001 RUNOUT WITH DATUM A(DWG,Sheet 2, Zone E8) e) 1.6856 + .0000/-.0015 DIA AFTER PLATING .001 RUNOUT WITH DATUM A(DWG, Sheet 2,Zone E8) f) 1.9920 + .0000/-.0020 DIA BEFORE PLATING (DWG, Sheet 2, Zone D8) g) 1.9980 + .0000/-.0020 DIA AFTER PLATING (DWG, Sheet 2, Zone D8) h) .158 +.002/-.000 ROUND, 32Ra (DWG, Sheet 2, Zone G9) Critical characteristics from drawing (76301) 74A410708 Bearing a) 2.5000 +.0000/-.0005 DIA (DWG, Sheet 1, Zone C3) b) 2.156 +.001/-.005 SPERICAL DIA (DWG, Sheet 1, Zone C2) c) 1.3750 +.0000/-.0005 DIA (DWG, Sheet 2, Zone C2) ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 12: First submission to be made upon submission of ;FIRST ARTICLE/PRODUCTION LOT; testing sample. ^ Block 14: Make submission to ;FRCSW CODE 4355 NAVSUP WSS CODE N23 DCMA; . Block 13: Second submission required if the process/operation changes after approval of ;FIRST ARTICLE/PRODUCTION LOT; test. ^^ Block 14: Make submission to ;FRCSW CODE 4355 NAVSUP WSS CODE N23 DCMA; . Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 12: First submission to be made upon submission of ;FIRST ARTICLE/PRODUCTION LOT; testing sample. ^ Block 14: Make submission to ;FRCW CODE 4566 NAVSUP WSS N23 DCMA; . Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. Block 3: Separate reports shall be provided for the below listed subtitles and shall include certification that all vendors performing these processes are prime (OEM) approved sources. In the case where other than the OEM's specifications are to be utilized, separate certifications are required. BLOCK #5: Contract Reference: ;(76301) 74A410710 a) Material: 300M Per MIL-S-8844 CL3 COND E2 b)TOLERANCE FOR ALL ANGULAR DIMENSIONS, OTHER THAN CHAMFERS OR IMPLIED 90 DEGREES,IS PORM .5 DEGREES, ANGULARLY DIMENSIONED CHAMFER IS PORM 5 DEGREES UNLESS OTHERWISE INDICATED (PL, Sheet 3, Flag Note 2) c) HEAT TREAT TO 280,000/300,000 PSI UTS PER PS15296(PL, Sheet 3,Flag Note 11) d) STRESS RELIEVE PER PS15063 AFTER MACHINING AND/OR GRINDING AND TEMPER ETCH (PL, Sheet 3, Flag Note 12) e) TEMPER ETCH INSPECT PER PS21205 AFTER MACHINING AND/OR GRINDING (PL, Sheet 3, Flag Note 13) f) SHOT PEEN ENTIRE PART TO 100% COVERAGE PER PS14023 USING S-190 TO S-280 SHOT TO INTENSITY .0087/ .012A (PL, Sheet 4, Flag Note 17) g) PENETRANT INSPECTION PER PS21202 CLASS A AFTER FINAL MACHINING AND GRINDING AND BEFORE SHOT PEENING (PL, Sheet 4, Flag Note 20) h) MAGNETIC PARTICLE INSPECTION PER PS21201,CLASS B (PL,Sheet 4, Flag Note 24) i) ROLLER STAKE PER PS17031. BEARING MUST ROTATE FREELY AFTER ROLLER STAKING WITH MAXIMUM OF 34 IN-LB TORQUE APPLIED (PL, Sheet 4, Flag Note 25) j) ULTRASONIC INSPECT BEFORE HEAT TREAT, PER PS21211 CLASS A (PL, Sheet 4, Flag Note 29) j) ULTRASONIC INSPECT BEFORE HEAT TREAT, PER PS21211 CLASS A (PL, Sheet 4, Flag Note 29) k) CRITICAL PARTS CONTROL PER MCAIR DWG 74A900004 (PL, Sheet 4, Flag Note 30) l) HARDNESS TEST PER PS21203 (PL, Sheet 4, Flag Note 35) m) FINISH PER STF1159 (PL, Sheet 4, Flag Note 38) n) FINISH PER STF1181 AND STF1756 (PL, Sheet 5, Flag Note 45) o) HARDNESS TESTING SHALL BE DONE ON MATERIAL TO BE REMOVED DURING FINAL MACHINING. ALL HARDNESS TEST IMPRESSIONS SHALL BE COMPLETELY REMOVED DURING FINAL MACHINING (PL, Sheet 5, Flag Note 46) p) DO NOT PAINT (PL, Sheet 5, Flag Note 50) q) FINISH PER STF1179 EXCEPT FINISH FLAG NOTED SURFACES AS SHOWN (PL, Sheet 5, Flag Note 51) r) ELECTROETCH PART NUMBER AND SERIALIZATION PER PS16001, EXCEPT DEPTH SHALL BE .004 TO .006 INCH (PL, Sheet 5, Flag Note 56) Drawing Number: (76301) 74A410708 ""BEARING"" a) Material: LINER MTL & BEARING NO. - FIBERGLIDE-TRANSPORT DYNAMICS DIV., LEAR/ SIEGLER, SANTA ANA, CALIFORNIA , PART NUMBER 03-655-22E-001 OR KARON-KAMATICS CORP., BLOOMFIELD, CONN., PART NUMBER KSC/ 42322B (PL,Sheet 1, Flag Note 13) b) ANGULAR TOLERANCE/ INCLUDING IMPLIED 90 DEGREE ANGLES/ TO BE HELD WITHIN PORM 15 MINUTES (PL, Sheet 1, Flag Note 2) c) LOAD CAPACITY DATA. a. MAXIMUM STATIC LOAD 142,000 LBS b. MAXIMUM OPERATING LOAD AT 25,000 CYCLES 48,000 LBS (PL,Sheet 1,Flag Note 11) d) VENDOR MUST BE QUALIFIED PER MIL-B-8942A ((PL, Sheet 1, Flag Note 12) THIS DATA MUST BE PROVIDED AT TIME OF THE FIRST ARTICLE AT THE CONTRACTORS FACILITY. IT MUST ALSO BE PROVIDE AT LEAST 60 DAYS TO: FRCW NAVSUP DCMA-QAR FOR COMPLETE REVIEW PRIOR TO THE GOVERNMENT VISIT TO THE CONTRACTORS FACILITY; DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ A REQUEST FOR VARIANCE IS REQUIRED FOR ANY DEVIATION OR WAIVER ENCOUNTERED DURING ANY PORTION OF MANUFACTURE. THIS MUST BE ROUTED TO THE ACO AND DCMA-OFFICE. THE FORM IS DD-1694 AND THE DCMA SHALL PROVIDE A FORM DD-1698.THE RFV MUST GO TO THE CONTRACTING OFFICER AT NAVSUP WSS FOR REVIEW AND THEN FORWARDED TO THE BASIC DESIGN ENGINEER FOR REVIEW AND DETERMINATION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/689307bb6e664392b8dee2b6e78b0d8b/view)
 
Record
SN05519053-F 20191219/191217230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.