Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

17 -- SIGHTING POLE ASSEM

Notice Date
5/22/2020 3:10:30 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA120QZ197
 
Response Due
6/22/2020 12:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Telephone: 2157372679
 
E-Mail Address
MORGAN.MCCRORY@DLA.MIL
(MORGAN.MCCRORY@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT COMBO|INSPECTION SITE: SOURCE, FINAL ACCEPTANCE: SOURCE|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|N/A|TBD|N/A|N/A|N/A| 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||| 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|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||| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| This Solicitation is being issued under SEPA. 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. 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 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. 1.3 . 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. 1.4 . 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. The contractor shall notify NAVICP Code 072 when material required by this contract has been shipped to Destination.This shall be accomplished by sending a copy of the DD Form 250, Material Inspection and Receiving Report to: Naval Inventory Control Point ATTN: Code 072 700 Robbins Avenue, Phila., PA 19111 or by submitting a facsimile to FAX: (215)697-2524, ATTN: Code 072. 1.5 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.6 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.7 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.8 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.9 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.10 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore,the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 1.11 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;80020; ) ;3429AS2140-1; , Revision ;C; and all details and specifications referenced therein. 1.12 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. 1.13 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=3429AS2140 |80020| C| |C| | | | DRAWING DATA=3429AS2141 |80020| A| |C| | | | DRAWING DATA=3429AS2142 |80020| B| |C| | | | DRAWING DATA=3429AS2143 |80020| -| |C| | | | DRAWING DATA=3429AS2144 |80020| A| |C| | | | DRAWING DATA=3429AS2145 |80020| A| |C| | | | DRAWING DATA=3429AS2146 |80020| A| |C| | | | DRAWING DATA=3429AS2147 |80020| A| |C| | | | DRAWING DATA=3429AS2148 |80020| B| |C| | | | DRAWING DATA=3429AS2149 |80020| A| |C| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 Review documentation as provided under DD 1423 requirements. 4.2 . The test report (2 copies) shall be in accordance with MID-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant CAO/QAR to the Naval Inventory Contorl Point, ATTN: (Cite name and code in Block 10.a of the SF33). The CAO/QAR 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/conditional approval, the ACO shall execute the DD250 to indicate Government acceptance of the test report. 4.3 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below 4.3.1 Dimensional test (special) ;NOMINAL TOLERANCES; 4.3.2 Requirements of: ;LKE DRAWING PACKAGE; 4.3.3 Form ;APPLIES; 4.3.4 Fit ;N/A; 4.3.5 Function ;N/A; 4.3.6 Compliance with drawing ( ;80020; ) ;3429AS2140; , Revision ;C; and specifications referenced therein. 4.4 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 4.5 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection 4.6 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. 4.6.1 The QAR shall be present to witness all First Article Testing. 4.6.2 The following additional personnel shall witness the First Article Testing: ;ROY JANNEY NAWC QA REP AT FAX (732) 323-4986; 4.7 Disposition of FAT samples 4.7.1 ; ; Sample(s) may be destroyed during testing. 4.7.2 ;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. 4.8 Test Sample Coating Instructions 4.8.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required. 4.9 Notice to Government of Testing at the contractors facility. 4.9.1 FAR 52.209-3 applies (A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;80020; ; ), Part Number ;3429AS2140-1; ; , Revision ;C; ; 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: ;PCO; ; 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. 4.10 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:_________ 4.11 . 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: ;ALL ACTUAL DIMENSIONS OF ANY MAJOR OR CRITICAL CHARACTERISTICS SHALL BE RECORDED. THE AMBEINT TEMPERATURE SHALL BE RECORDED AT TIME MEASUREMENTS ARE TAKEN. CERTIFICATIONS TO BE ON FILE FOR A MINIMUM OF SEVEN YEARS AFTER DELIVERY OF CONTRACT; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.12 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA REP AT FAX (732) 323-4986; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS A ALRE CRITICAL APPLICATION ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET. NAVSUP REFERENCE ONLY: (20-10000): THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS ""CRITICAL"" REQUIRING ENGINEERING SOURCE APPROVAL BY NAVAL AIR SYSTEMS COMMAND ONLY THOSE COMPANIES WHO HAVE SUBM& BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANY COMPANY SUBMIT A SOURCE APPROVAL REQUEST AS OUTLINED IN THIS SOLICITATION. \ DATE OF FIRST SUBMISSION=150 DAC block 6: forward additional copy to aso code cited in block 10.A on page 1. ALL CERTIFICATIONS. TEST REPORTS, AND IN-PROCESS INSPECTION DOCUMENTS NEEDED TO SUBSTANTIATE PRODUCT QUALITY SHALL BE AVAILABLE WITH THE FIRST ARTICLE WHEN PRESENTED FOR INSPECTION AT CONTRACTORS FACILITY. NOTIFICATION OF 14 DAYS PRIOR TO PRESENTATION FOR INSPECTION MUST BE GIVEN TO ROY JANNEY NAWC QA AT FAX (732) 323-1381. REQUIREMENTS FOR 80020 FOR DWG. 3429AS2140,""REV C"": a.Copies of all approved requests for variations. b.Dimensional inspection per drawings 3429AS2140, 3429AS2141, 3429AS2144, 3429AS2145,3429AS2147, 3429AS2148 c.Material and Mill certifications per drawings 3429AS2144, 3429AS2148, and 3429AS2149 d.Part identification per drawings 3429AS2147, 3429AS2148 e.Anodize per drawings 3429AS2144, 3429AS2149
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/11cf4815f5474792846311db20b03f57/view)
 
Record
SN05669172-F 20200524/200522230158 (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  © 1994-2020, Loren Data Corp.