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
SOLICITATION NOTICE

15 -- TAIL PYLON ASSEMBLY

Notice Date
5/6/2020 2:19:47 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
N0038320RF114
 
Response Due
3/25/2020 12:00:00 AM
 
Archive Date
04/09/2020
 
Point of Contact
Telephone: 2156975936
 
E-Mail Address
RYAN.LETTS@NAVY.MIL
(RYAN.LETTS@NAVY.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and receiving reports |N/A |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||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 Days|45 days after the last delivery under this contract ||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018)(DEVIATION 2018-O0018)|5|||||bernadette.davis-gol@navy.mil| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (SEP 1999)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (DEC 2017)|5|||||| 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|1000||||||||||| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| TYPE OF CONTRACT (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| The purpose of this amendment is to address the following: 1. The solicitation is hereby extended until 25 MAR 2020. All other terms and conditions remain unchanged. This contract/delivery order/purchase order/modification/amendment is issued bythe Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification/amendment. \ This is a limited source requirement. Evaluation criteria will be determined by lowest price technically acceptable (LPTA). The Government physically does not have in its possession sufficient, accurate, or legible data to contract withother than the current source. These items require Government Source Approvalprior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained on the internet at https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps . Offers received which fail to provide alldata required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Ryan Letts at the email address: ryan.letts@navy.mil. This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany 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 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 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 Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS The contractor shall prepare and maintain manufacturing, repair, modification assembly and inspection procedures which shall be made available to the Government for review and approval.The procedures shall include sequential diagramsof a process as well as the performance specification to perform the procedures. The Overhaul/Repair Must be IAW Statement of Work Dated 6 January 2020 and digitally signed 21 January 2020 The Statement of Work resides with NAVSUP WSS Code N23.1 and on the ""J"" Drive Contact robert.w.hughes@navy.mil / 215-6977-5994 for a copy of the SOW 4. QUALITY ASSURANCE The QA requirements are Hard copy and reside with NAVSUP WSS Code N23.1Contact robert.w.hughes@navy.mil 215-697-5994 for a copy 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 ;FAT; testing sample. ^ Block 14: Make submission to ;FRCE AND NAVSUP WSS INSPECTION TEAM AT TIME OF INSPECTION AT REPAIR FACILITY; . Block 13: Second submission required if the process/operation changes after approval of ;FAT; test. ^^ Block 14: Make submission to ;FRCE AND NAVSUP WSS INSPECTION TEAM AT TIME OF INSPECTION AT REPAIR FACILITY; . 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 ;FAT; testing sample. ^ Block 14: Make submission to ;FRCE AND NAVSUP WSS INSPECTION TEAM AT TIME OF INSPECTION AT REPAIR FACILITY; . 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 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:Overhauled in accordance with A1-H53CE-SRM-200 Compliance to Statement of Work dated 6 Jan 2020 in its entirety Overhaul and Repair IAW A1-H53CE-SRM-200, Tail Pylon Work Package, ""Overhaul"". All ""(QA)"" call points identified in overhaul and repair instruction are assumed critical and shall be documented on process/operation sheets and verified by qualified inspector other than mechanic performing work. 1.Tail Pylon Assy Fixture dimensionally verified within 12 months from start of work. Dimensional verification shall have traceability to the Tail Pylon Master P/N 65210-07007-541T015. 2.Tail Pylon Fold Bulkhead Fixture dimensionally verified within 12 months from start of work. 3.Fold bulkhead lug measurements (edge width, thickness, and cross-sectional area) documented and within limits IAW A1-H53BE-MIB-100, Tail Pylon Fold Bulkhead Work Package. 4.Fold bulkhead life does not exceed requirements in A1-H53CE-MRC-000 (latest change) 5.Structural Assy Alignment verified IAW A1-H53CE-SRM-200, Tail Pylon Work Package 6.Fold Bulkhead Alignment (including section VI tail drive shaft supports) documented and verified IAW A1-H53CE-SRM-200, Tail Pylon Work Package. 7.Verification of incorporation of AYC-1306. All certifications MUST be provided at time of First Article AT THE CONTRACTORS FACILITY. Data must be provided to: DCMA FRCSE NAVSUP WSS N23.1; 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/dce0ec620342468ca125c19bb3796a73/view)
 
Record
SN05648189-F 20200508/200506230203 (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.