Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
MODIFICATION

15 -- J--WINDSHIELD PANEL,AI, IN REPAIR/MODIFICATION OF

Notice Date
5/6/2020 1:22:24 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
N0038319QD415
 
Response Due
2/28/2020 12:00:00 AM
 
Archive Date
03/14/2020
 
Point of Contact
Telephone: 2156975815
 
E-Mail Address
CATHY.HUGHES1@NAVY.MIL
(CATHY.HUGHES1@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N721.05|B1F|215-697-5815|CATHY.HUGHES1@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD|TBD|TBD|N00383|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 2018)|12|336413|1250||||||||||| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A1A |DO-A1A| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| This amendment hereby waives First Article Testing. Units will be sent in forstraight repair with input and output PN: 74A350002-1035. THE SOLICITATION IS HEREBY AMENDED AS FOLLOWS: 1. QTY IS INCREASED FROM 8 TO 12. 2. CLOSING DATE IS EXTENDED TO 18 OCT 2019. \ 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 repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: WINDSHIELD PANEL,AI ;1560-01-569-1186; NSN , ;74A350002-1035; Part Number, Shall be performed IAW: WINDSHIELD PANEL,AI ;Repair manuals and specifications as indicated by the F/A-18 E/F and EA-18G FST Engineers; Publication (s). 1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed throught the Local DCMA/ACO office for review and recommendations via form 1998. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS Additional comments to the Statement of Work F/A-18 E/F & EA-18G Windshield Frame Assembly Repair and Refurbishment 74A350002 1.SCOPE This SOW defines the requirements associated with the repair/refurbishment of F/A-18 E/F and EA-18G framed windshield assemblies. Repair of the assemblies includes all facets of refurbishment from component repair and replacement and various coatings applications. The intent of this SOW is to establish an oversight document in generating a PPG process specification derived from historical and current F/A-18 A-D major and minor repair documents. The scope of the effort is being accomplished in conjunction with F/A-18 FST Engineering 2. Qualification PPG will receive a framed windshield assembly unit, P/N 74A350002, intended for repair to the -1039, NSN XXXX-XX-XXX-XXXX configuration. Qualification to repair government furnished assets will be given through first article acceptance to the deliverables listed below. FRCSW will qualify PPG's process of a finished assembly via in-process and final inspections with both visual inspections and data analysis. 3.Deliverables PPG shall repair the asset in accordance with the following: a) PPG drawings and specification 1.271510 (frame drawing), PN 271510-03 2.271520 (frame/windshield drawing),PN271520-63 3.ER17-043 (process specification) b) IAW Boeing drawing 74A350002 c) First article inspection of framed windshield assembly at the following stages: 1. After MMS-443, MMS-487 coatings application per drawing 74R350002 prior to type 2 primer, MMS-419, and topcoat application 2. Final assembly - top coated and sealed d) MMS-443, MMS-487, and MMS-419 coating applied per drawing 74R350002. PPG shall provide the following coating data: 1. Material Certificate of Conformance 2. Material thickness data measured per FRCSW drawing 137344 specified locations 3. Density data report (via ASTM D7XX witness panels) 4.MMS-419 thickness to be reported. 3.1 1.0 GENERAL 3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable condition. 3.2 2.0 DEFINITIONS. 3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term ""contract"" encompasses a contract, an order, or a project work order. 3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.2.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 SCOPE 3.3.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.3.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition: WINDSHIELD PANEL,AI ;74A350002-1035; P/N, ;1560-01-569-1186; NSN, ;As stipulated by the F/A 18 FST Engineers.; Tech Publications 3.3.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change. 3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to manuals, drawings, specifications, or to a repair source or facility. 3.4.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to the ""prime contractor"" or the ""actual manufacturer"" appearing on the drawings and / or specifications or technical data furnished by the Government shall be read as the ""Government Designated Agency"" 3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.4.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements. 3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.4.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA). 3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.4.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK. 3.4.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed. 3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA disposal procedures and requirements. 3.5 4.0 PARTS AND MATERIALS 3.5.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein. Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.5.2 The contractor shall ensure it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to the drawings, specifications or manufacturing source or facility. 3.5.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract. 3.5.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the applicable drawings and specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall be maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE. 3.5.6 3.6 SOURCE AND LOCATION OF REPAIR SOURCE: 3.6.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed. WINDSHIELD PANEL,AI ;SIERRACIN CORPORATION/PPG; Company Name , ;12780 SAN FERNANDO RD SYLMAR, CA, 91342-3728; Address , ;12035; Cage Code inspection will be accomplished on the contractor's equipment 3.7 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.7.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractor's quality management system/program shall be designed to promptly detect, correct and prevent conditions that adversely affect quality. 3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.8 6.0 CONFIGURATION MANAGEMENT (CM): 3.8.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.9 7.0 MARKINGS. 3.9.1 Marking shall be as indicated in the contract when applicable. 3.10 8.0 STORAGE; 3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored. 4. QUALITY ASSURANCE Qualification to repair government furnished assets will be given through FIRST ARTICLE acceptance to the deliverables indicated. FRCSW will qualify PPG'sprocess of a finished assembly via in-process and final inspections with both visual inspections and data analysis. 1 Lot not separately priced in ITIMP c)First article inspection of framed windshield assembly at the following stages: 1.After MMS-443, MMS-487 coatings application per drawing 74R350002 prior to type 2 primer, MMS-419, and topcoat application 2.Final assembly - top coated and sealed FRCSW will qualify PPG's process of a finished assembly via in-process and final inspections with both visual inspections and data analysis. 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; 4.1.2 Requirements of: ;Statement of work and all instructions as indicated by the F/A 18 Engineers; 4.1.3 Form ;APPLIES; 4.1.4 Fit ;TBD; 4.1.5 Function ;TBD; 4.1.6 Compliance with drawing ( ;76301; ) ;74A350002 Assembly 271510 (frame drawing), PN 271510-03 271520 (frame/windshield drawing), PN 271520-63; , Revision ;As indicated; 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: ;FRCSW ENGINEERING 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 ;74A350002; ; , 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: ;FRCSW NAVSUP WSS code N23.7: mark.fitting@navy.mil; ; 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:_________ 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 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: ;CERTIFICATION OF THE FOLLOWING IAW STATEMENT OF WORK: Items completed at Sierracin Corporation (12035) DoDAAC Q97980 require the following documentation to be maintained on site. 1.Certificate of Compliance for PPG material conforming to MMS-443 requirements. MMS-487 coatings application per drawing 74R350002 prior to type II primer, MMS-419, and topcoat application. 2.For each unique frame serial number, a summary of final coating thickness data provided for DCMA review on PPG Form 2391. Verification for accuracy of data not required 3.FINAL ASSEMBLY Top coated and sealed The Final Coating data MUST be provided a.Material Certificate of Conformance b.Material thickness data measured per FRCSW drawing 137344 specified locations c.Density data report (via ASTM D7XX witness panels) d.MMS-419 thickness to be reported ;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ab602d3609a463a8261faa214237997/view)
 
Record
SN05647163-F 20200508/200506230155 (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.