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

81 -- 81--CONTAINER,SHIPPING

Notice Date
5/22/2020 3:09:46 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
SPRPA120RW275
 
Response Due
6/4/2020 12:00:00 AM
 
Archive Date
06/19/2020
 
Point of Contact
Telephone: 2157378600
 
E-Mail Address
ANNA.EISELE@DLA.MIL
(ANNA.EISELE@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|ALL|180 DAYS AFTER FAT APPROVAL |0001AB|1 LO|120 DAYS ADO IF REQUIRED||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| VALUE ENGINEERING (OCT 2010)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (OCT 2010)|1|| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|ONE YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018)(DEVIATION 2018-O0018)|5|||||APAC.30| 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|||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| 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|332439|500||||||||||| 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||| 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. This item requires engineering source approval by the design activity in order to maintain the quality of the part. If you have not manufactured this item before for DLA Aviation Philadelphia and want to become an approved source of supply, please see the Source Approval Information Brochure for Spares at the following link: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/SAR%20Brochure%208July2016_0.pdf 1. SCOPE 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 ;ALUMINUM; . 1.3 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;CONTAINER RESEARCH CORPORATION; drawing number ( ;05259; ) ;815E001; , Revision ;LATEST; and all details and specifications referenced therein. 1.4 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. 1.5 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. 1.6 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;BUYER ON PAGE 1 OF CONTRACT; or code N241.10 2. APPLICABLE DOCUMENTS DRAWING DATA=815E001 |05259| | |D| | | | 3. 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 ;BUYER ON PAGE 1 OF CONTRACT; 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. Contact code ;BUYER ON PAGE 1 OF CONTRACT; or code N241.10 to arrange for First Article Test location 3.2 Surface Finishing. All containers shall be glass bead blasted on exterior surfaces only to provide a uniform matte finish that will hide minor surface imperfections, such as scratches, weld irregularities, etc. Size #8 glass beads per MIL-G-9954 shall be used with direct air pressure ranging from 50 to 70 PSIG. A Separator shall be used to provide a reclaim efficiency of 90%, i.e., a minimum of 90% by weight of the original sized material shall be in the reclaim. The glass bead media shall be maintained in a condition free from contamination with other metals, i.e., The media shall not have been used to blast equipment containing other metals or alloys. 3.3 At faying surfaces, discontinuous welds, or other areas where atmospheric liquids may be retained by capillary action, the crevice shall be sealed using Sealing Compound MIL-S-81733 or equivalent. When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11"" X 17""), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First Article. ALL COSTS AND RESPONSIBILITIES RELATED TO FIRST ARTICLE TEST SUBMISSION CONTAIN ER SHIPMENT TO AND FROM THE FIRST ARTICLE TEST FACILITY ARE TO BE BORNE BY THE CONTRACTOR. 4. QUALITY ASSURANCE 4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.1.1 Dimensional test (special) ;APPLIES; 4.1.2 Requirements of: ;TO DRAWING (05259) 815E001 AND SUB-DRAWINGS IS APPLICABLE; 4.1.3 Form: ;APPLIES; 4.1.4 Fit: ;APPLIES, USE ACTUAL ITEM; 4.1.5 Function ;APPLIES; 4.1.6 Compliance with drawing ( ;05259; ) ;815E001; , Revision ;LATEST; 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 contract requirements 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 cost of the Government testing effort set forth in this solicitation is estimated to be $ ;12000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.5 Disposition of FAT samples 4.5.1 ;ZERO; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;ALL; 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 from 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. ;N/A; 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.This paragraph does NOT apply to shipping containers. 4.7 FAT Approval Criteria 4.7.1 FAR 52.209-4 applies (A) The contractors shall deliver ;ONE (1); ; unit(s) of the following CAGE ( ;05259; ; ) Part Number ;815E001; ; , Revision ;LATEST; ; within ;120; ; calendar days from the date of this contract to the Government at ;PLEASE CONTACT BUYER ON PAGE 1 OF CONTRACT TO ARRANGE FOR FIRST ARTICLE TEST LOCATION.; ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: ""FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________"" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: ""DO NOT OPEN IN MAIL ROOM"". Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;60; ; 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 submit an additional First Article for testing. After each request, 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 furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit 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, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (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) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 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:__________ Production testing: 18 inch free fall drop without dummy load or instrumentati on; inspection to follow for broken rivets.More than three broken rivets may b e cuase for rejection. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fe982b0e9954f6dbd5dd17907b7f101/view)
 
Record
SN05669380-F 20200524/200522230200 (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.