Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

49 -- INTERFRAME ADAPTER,

Notice Date
1/24/2020 6:28:55 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111 USA
 
ZIP Code
19111
 
Solicitation Number
SPRPA120QR062
 
Response Due
1/22/2020 8:59:59 PM
 
Archive Date
02/06/2020
 
Point of Contact
Telephone: 2157374239
 
E-Mail Address
JOSEPH.GAMBINO@DLA.MIL
(JOSEPH.GAMBINO@DLA.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|apad.04|dq|215-737-4239|JOSEPH.GAMBINO@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1 EACH|180 DAYS|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT(COMBO)||TBD|SPRPA1|TBD|TBD|TBD|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||| 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 2019)|12|336413|1,000||||||||||| 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| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| This solicitation is being issued under SEPA Authority (SPECIAL EMERGENCY PROCUREMENT AUTHORITY). Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. \ 1. SCOPE The Inner Frame Assembly (IFAA) is part of the T56 QECA container (05259) 706E001. The IFAA is spared sparately for swaping out the engine. 1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 Container shell material is ;Inner Frame is Aluminum; . 1.3 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;N241.17; or code N241.10 1.4 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Container Research Corporation; drawing number ( ;05259; ) ;706E004; , Revision ;latest; and all details and specifications referenced therein. 1.5 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. 1.6 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. 2. APPLICABLE DOCUMENTS DRAWING DATA=15930 |80132| | |D| | | | DRAWING DATA=706D012 |05259| -| |C| | | | DRAWING DATA=706D013 |05259| -| |C| | | | DRAWING DATA=706D014 |05259| -| |C| | | | DRAWING DATA=706E004 |05259| -| |C| | | | DRAWING DATA=706E005 |05259| -| |C| | | | DRAWING DATA=706E008 |05259| -| |C| | | | DRAWING DATA=706E015 |05259| -| |C| | | | DRAWING DATA=706E016 |05259| -| |C| | | | DRAWING DATA=706E017 |05259| -| |C| | | | DRAWING DATA=706E018 |05259| -| |C| | | | 3. REQUIREMENTS Contact N241.17 and contracting officer found one page one block 5 of the contract for NDI requirements. 3.1 Reference to Cadmium plating shall be deleted and the following substituted: ""Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3."" All containers must be affixed with a nameplate that includes a Unique Identification (UID) marking as referenced in the drawing package Drawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractor shall contact NAVICP code ;N241.17; or code 0771.10 for the alphanumeric sequential serial number group that makes up part of the UID. The UIDwill be included on the nameplate in data matrix format. 3.2 Welding and welder qualifications shall be in accordance with AWS D1.1 for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3 for sheet steel and AWS D1.6 for stainless steel. Proper controls shall be used to prevent melt through or burn through. For aluminum, filler for welding 6061 alloy shall be 4043: filler for welding 5000 series alloys to themselves or to 6061 shall be 5356 or 5556. In addition,welding and weld inspection shall include: (1) Visual inspection shall include 5X (5power) magnification when a suspect condition is to be examined beyond the capability of normal vision. (2) Critical and major welds may be subjected to further non destructive testing (such as dye penetrant inspection)as prescribed by the buying activity. (3) Proper documentation shall be available for review by Government personnel. 3.3 WORK INSTRUCTIONS. Work instructions shall be posted at theoperator's work station giving procedures to control the welding process, i.e., filler material, weld size, electrical and gas characteristics, including flow rate. 3.4 MATERIALS AND MATERIALS CONTROL. The quality program shall assure that the materials used in fabrication or processing, i.e., base metals and weld filler material, be inspected and conform to the applicable physical, chemical and other technical requirements (supplier's certification is sufficient). 3.5 CONTROLS. Weld filler materials shall be clearly identified and segregated from each other both when in storage and at the work station. Work station environment shall be controlled to prevent conditions adverse to proper gas shielding. 3.6 CLEANING. Parts to be welded shall be cleaned to remove surface soils such as oils, waxes, grease, inks, etc. except that uninhibited alkaline solutions such as sodium hydroxide shall NOT be used. 3.7 DEOXIDIZING. The cleaned parts shall be chemically deoxidized NO MORE THAN 10 DAYS PRIOR TO WELDING to remove thick surface oxide films. (If the material or work is exposed to an outdoor environment, this time limit shall be reduced to a maximum of 3 days, to account for atmospheric effects.) Mechanical cleaning methods shall be applied just prior to the actual start of welding, to remove any reoxidation or residual thin oxide films. 3.7.1 CHEMICAL TREATMENT. An acid deoxidizing treatment shall be applied by either immersion or brushing/wiping. Deoxidizers acceptable for use shall include nitric acid, sulfuric chromic, phosphoric chromic, or equivalent solutions. Sodium hydroxide solutions shall not be used. Care shall be taken to assure 100% solution coverage of the area to be welded. To allow an adequately sized deoxidized area for good welding, the solution shall be applied to an area extending at least 2 inches from the weld site, or ending at any closer adjacent edge. 3.7.2 MECHANICAL MEANS. Immediately prior to welding, mechanical cleaning methods shall be applied to the weld areas previously chemically treated to assure removal of residual or reformed oxides, if any. Acceptable methods of mechanical cleaning include stainless steel wire brushing, scraping, filing, or sanding. However, abrasives containing iron and its oxides, steel wool and wire, and copper alloy based wire, which may become embedded with galvanically active metals and accelerate corrosion of aluminum alloys shall NOT be used. Mechanical methods shall be vigorous enough to adequately remove any residual oxide films, but gentle enough to avoid forming an excessively rough surface in the comparatively soft metal underneath. Welding and welder qualifications shall meet current AWS D1.2 standards. Additionally, cleaning preperations shall be in accordance with MIL-C-5541 and the cleaning paragraph located in the welding requirements section of the contract 4. QUALITY ASSURANCE Questions are to be forwarded to the contracting officer found on page one block 5 of the contract as well as N241.17. 4.1 The tests 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) ;N/A; 4.1.2 Requirements of: ;N/A; 4.1.3 Form ;APPLIES; 4.1.4 Fit ;APPLIES; 4.1.5 Function ;APPLIES; 4.1.6 Compliance with drawing ( ;05259; ) ;706E004-1; , Revision ;BASIC; and specifications referenced therein. 4.2 In addition to the above tests, the First Article(s) to be delivered 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 testing. 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: ; ; 4.5 Disposition of FAT samples 4.5.1 ; ; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;x; Unless otherwise provided for in the contract, sample(s) shall be returned to 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. 4.5.3 ; ; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.6 Test Sample Coating Instructions 4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative. 4.7 Notice to Government of Testing 4.7.1 FAR 52.209-3 applies (A) The contractor shall deliver ;(1); ; unit(s) of the following CAGE( ;05259; ; ), Part Number ;706e004-1; ; , Revision ;basic; ; 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: ;SEE 1423; ; 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 receives 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 deliver 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 the NAVICP, 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, the Naval Inventory Control Point 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 . 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 PCO MANDATORY INSPECTION OF 100% IS REQUIRED BY THE CONTRACTOR OF ALL CRITICAL AND MAJOR DIMENSIONS, REQUIREMENTS IDENTIFIED IN THE DRAWINGS, DRAWING NOTES, AND PROCESS AND FABRICATION SPECIFICATIONS. RESULTS SHALL BE DOCUMENTED AND INCLUDED IN FIRST ARTICAL TEST REPORT AND FINAL INSPECTION; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.10 SPECIAL INSPECTION REQUIREMENTS ( ; ; ) MAGNETIC PARTICLE INSPECTION ( ; ; ) SURFACE INSPECTION ( ;APPLIES; ) PENETRANT INSPECTION ( ; ; ) RADIOGRAPHIC INSPECTION ( ; ; ) ULTRSONIC INSPECTION ( ; ; ) HIGH SHOCK TEST ( ; ; ) MECHANICAL VIBRATION TEST 4.11 Review documentation as provided under DD 1423 requirements. 4.12 CRITICAL MANUFACTURING PROCESSES ( ; ; ) HEAT TREAT ( ;APPLIES; ) WELDING ( ; ; ) CADMIUM PLATING ( ; ; ) ENGINEERING CHROME PLATING ( ; ; ) NICKEL CHROME PLATING ( ; ; ) CASTING(S) ( ; ; ) FORGING(S) ( ; ; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. MIL-STD-831 NOT REQUIRED, CONTRACTORS INSPECTION FORMAT IS ACCEPTABLE. CONTRACT DATA REQUIRED AT FIRST ARTICAL TEST. A. 100% PCO MANDATORY INSPECTION. B. WELDING I/A/W DWG 706E004 NOTE 1. C. CLEANING I/A/W DWG 706E004 NOTE 2. D. DEOXIDIZING I/A/W DWG 706E004 NOTE 3. E. CHEMICAL TREATMENT I/A/W DWG 706E004 NOTE 4. F. MECHANICAL MEANS I/A/W DWG 706E004 NOTE 5. G. PENETRANT INSPECTION. DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. MIL-STD-831 NOT REQUIRED, CONTRACTORS INSPECTION FORMAT IS ACCEPTABLE. CONTRACT DATA REQUIRED AT FINAL INSPECTION. A. 100% PCO MANDATORY INSPECTION. B. WELDING I/A/W DWG 706E004 NOTE 1. C. CLEANING I/A/W DWG 706E004 NOTE 2. D. DEOXIDIZING I/A/W DWG 706E004 NOTE 3. E. CHEMICAL TREATMENT I/A/W DWG 706E004 NOTE 4. F. MECHANICAL MEANS I/A/W DWG 706E004 NOTE 5. G. PENETRANT INSPECTION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c001740d3ab545e9b81fa0ffc2462fdf/view)
 
Record
SN05543268-F 20200126/200124230148 (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.