Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

28 -- 28--SUPPORT,BRG,COMPR,A

Notice Date
6/16/2020 3:13:39 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
SPRPA120RZ203
 
Response Due
7/16/2020 12:00:00 AM
 
Archive Date
07/31/2020
 
Point of Contact
Telephone: 2157372018
 
E-Mail Address
MICHAEL.1.GRANT@DLA.MIL
(MICHAEL.1.GRANT@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|58|365|0001AB|1|See DD1423|0001AC|1|See DD 1423|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|N/A|Invoice and Receiving Report (combo)|TBD|SPRPA1|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect||||| WARRANTY OF DATA - BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018)(DEVIATION 2018-O0018)|5|||||Michael.1.Grant@DLA.mil| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10||||||||||| 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 (APR 2020)|13|||||||||||||| 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 (MAR 2020)|13|332722|1250|||||||||||| COST ACCOUNTING STANDARD NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|N/A| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|5|||||| 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;GENERAL ELECTRIC COMPANY; drawing number ( ;99207; ) ;6005T69P31; , Revision ;AA; and all details and specifications referenced therein. 1.2 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. 1.3 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 - NOT APPLICABLE 3. REQUIREMENTS - NOT APPLICABLE 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: ;6005T69P31 AND ALL RELATED SPECIFICATIONS; 4.1.3 Form: ;APPLIES; 4.1.4 Fit: ;NA; 4.1.5 Function ;NA; 4.1.6 Compliance with drawing ( ;99207; ) ;6005T69P31; , Revision ;AA; 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 $ ;7500.00; 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 ; ; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;APPLIES; 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. ; ; 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 ;1; ; unit(s) of the following CAGE ( ;99207; ; ) Part Number ;6005T69P31; ; , Revision ;AA; ; within ;300; ; calendar days from the date of this contract to the Government at ;DODAAC N65923 DLA/FLEET READINESS CENTER EAST BLDG 148 BAY C BEACHEY ROAD CHERRY POINT NC. 28533-5040; ; 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 ;120; ; 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:__________ 4.9 Production Lot Sample Test Requirements: The tests to be performed under the production lot sample testing provisions of the contract are as follows: 4.9.1 Workmanship Production lot samples shall be inspected to determine the general workmanship. 4.9.2 Dimension check Production lot samples shall be inspected to determine compliance with applicable drawings and/or specifications. ;APPLIES; 4.9.3 Form: ;APPLIES; 4.9.4 Fit: ;NA; 4.9.5 Function: ;NA; 4.9.6 Requirements of: ;6005T69P31 AND ALL RELATED SPECIFICATION; 4.10 In addition to the above tests, the production lot samples to be delivered hereunder shall also be subjected to those tests which will demonstrate that the samples comply with the contract requirements. 4.11 The contractor will be responsible for providing the necessary parts and repair of the production lot sample during testing. 4.12 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;7500.00; for each lot of production lot testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the Government will require such testing. 4.13 Disposition of Test Samples 4.13.1 ; ; Samples WILL NOT be returned to the contractor as they will be destroyed during testing. 4.13.2 ;APPLIES; Unless otherwise provided for in the contract, samples shall be returned to the contractor and may be considered as production items under the contract provided the samples can be refurbished to Ready For Issue condition and provided the samples have inspection approval of the cognizant DCMC QAR. Samples may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.13.3 ; ; Samples shall be returned to the contractor but shall not be considered as production due. 4.14 Production Lot Samples Testing Criteria 4.14.1 (A) The production lot samples shall be ;1; ; selected at random by the cognizant Government inspector. All transportation charges will be prepaid by the contractor and will be shipped to: ;ATTN:DODAAC N65923 DLA/FLEET READINESS CENTER EAST BLDG 148 BAY C BEACHEY ROAD CHERRY POINT NC 28533-5040; ; The samples shall be identified by contract number and lot number and shall be clearly marked as follows: PRODUCTION LOT SAMPLES NOT RFI MATERIAL DO NOT TAKE UP IN STOCK (B) Fourteen (14) days prior to the shipment of the Production Lot Samples, the contractor shall notify the designated test facility, in writing, of the anticipated shipping date, with an information copy to the PCO, Naval Inventory Control Point, ATTN: (See Block 10.a of the SF33 for name and code), with duplicate copies to NAVICP code ;N23.1; ; and to the designated testing facility. The envelope shall be clearly marked ""DO NOT OPEN IN MAILROOM"". (C) Such samples shall be delivered to the testing facility in sufficient time prior to the delivery date of the production articles to allow a 165 day period for testing by the laboratory and written notification by the contracting officer of the approval, conditional approval, or disapproval of the samples. In the event the contractor does not receive written notification or approval, conditional approval or disapproval or the samples for a particular production lot within the above stated time frame, the contract delivery schedule shall be equitably adjusted as necessary. Within 120 days of the receipt of the samples, the testing facility shall notify the contracting officer, Naval Inventory Control Point, ATTN: (See block 10 of the SF33 for name and code) of the results of the testing, together with a recommendation for approval or disapproval. (D) If the contractor fails to deliver any production lot samples for testing within the time or times specified, or if the contracting officer disapproves any production lot samples, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract, and this contract shall be subject to termination for default. (E) In order for a production lot to be acceptable, all samples representative of the lot must pass all of the contract requirements. In the event a sample fails to pass such requirements, the lot will be rejected. In such event, the Government may, at its option and at no additional cost to the Government, (I) terminate all or any portion of this contract for default, (II) require the manufacture of a new production lot, or a rework of the rejected production lot if the means and procedures proposed by the contractor for rework are acceptable to the Government, or (III) require the submission of additional samples for test. The foregoing procedures shall apply to new or reworked production lots in the same way as they did to the original production lot. (F) For each additional sample or each resubmission of a modified sample which the contractor is required to submit for approval hereunder as a result of the failure of a previous sample to conform to the requirements of the specifications, the contractor shall pay to the Government the costs of reinspection, shipping, examination and retesting by the Government, and the contractor and his sureties (if any) shall be liable for the amount of such costs. (G) All transportation charges incurred in the submission and return of any production lot shall be borne by the contractor. (H) Nothing contained in the foregoing provisions of this clause, and no action of the Government in accordance herewith, shall in any way prejudice the right of the Government under the clause of this contract entitled Default. 4.15 ALTERNATE OFFERS - Waiver of Production Lot Testing Approval Requirements (A) Unless otherwise specified in Section E of this solicitation, the Naval Inventory Control Point reserves the right to waive the Production Lot Testing 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 Production Lot Testing Approval 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 responsible for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequence of operations and approved subcontractors as those previously delivered and accepted by the Government or 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) In the event waiver of the Production Lot Testing Approval Requirements is granted, the delivery schedule for the production units shall be one hundred and sixty-five (165) days earlier than that which is desired had the waiver not been granted. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers the government. Offeror's Alternative Proposed Delivery Schedule (Based on waiver of Production Lot Testing Approval Requirements) Within Days: Item No. ______________ Quantity:_______ After Date of Contract:______________ 4.16 . 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: ;Hydraulic Test IAW Note 7: HYDRAULIC TEST ALL HIGH PRESSURE OIL TUBING CONNECTION PARTS 09, 10, 11, 17, 15, 16, 18, 39, 40, 47, 45, 46, 48 AND EXTERNAL MACHINED SURFACE OF ITEMS 13, 43, (A15) PER AMS 2615 CL-A AT 100 PSIG FOR 1 MINUTE. THE SEALING DEVICE AT ITEMS 13 43IS TO BE SIMILAR TO ENGINE GASKET 4067T05P01 DWG Zone E2 RADIOGRAPHIC INSPECTION REQUIREMENTS INTERPRET TO ASTME 192 COLD SHUT: NONE NO LINEAR INDICATIONS ALLOWED ZWG. Zone J4 NOTE 14:WITH SUPPORT APPROPRIATELY RESTRAINED TP PREVENT AXIAL DISTORTION OF CONVOLUTIONS, PRESSURE CHECK SUMP SHELL PER AMS 2610 AT 40-45 PSIG.?GENERAL ELECTRIC CRITICAL CHARACTERISTIC INDICATED? HOLD FOR 1 MINUTE NO LEAKAGE ALLOWED; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 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/PLT; testing sample. ^ Block 14: Make submission to ;DCMA FRCE NAVSUP WSS N23.1; . Block 13: Second submission required if the process/operation changes after approval of ;FAT/PLT; test. ^^ Block 14: Make submission to ;FRCE DCMA NAVSUP WSS N23.1; . 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/PLT; testing sample. ^ Block 14: Make submission to ;DCMA NAVSUP N23.1 FRCE; . 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 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. 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: ;CERIFICATION OF THE FOLLOWING: MATERIAL:6005T69 BASIC PART NUMBER and sub assembly part numbers: 37D402046P102 TUBE OIL 4010T70P02 TUBE, VENT 6005T69P30 SPT,BRG-REAR FR 6005T69P31 SPT,BRG-REAR FR 6005T69P32 HOUSING,BRG,FWD 6005T69P33 HOUSING,BRG,REA 6005T69P34 SUPPORT 6005T69P35 BAND 6005T69P36 CASING,SUMP 6005T69P37 TUBE,R SCAV 6005T69P38 TUBE,CONN END 6005T69P39 TUBE,OIL 6005T69P40 TUBE,OIL 6005T69P43 CONN,SCAV 6005T69P44 BRACKET 6005T69P45 TUBE 6005T69P46 TEE 6005T69P47 TUBE,OIL 6005T69P48 TEE 6005T69P49 TUBE,FWD,SCAV 6005T69P50 ELBOW 6005T69P51 SHIELD 6005T69P53 SUPPORT SEAL,R 6005T69P54 BRACKET,LEFT 6005T69P55 BRACKET,RIGHT NOTE 7 ?THIS REQUIREMENT IS CLASSIFIED AS A CRITICAL CHARACTERISTIC BY GEAE? HYDRAULIC TEST REQUIREMENTS. NOTE 14 ?THIS REQUIREMENT IS CLASSIFIED AS A CRITICAL CHARACTERISTIC BY GEAE? PRESSURE CHECK NOTE 25 FURNACE BRAZE REQUIREMENT NOTE 26 HEAT TREAT REQUIREMENTS NOTE 27 FLUROESCENT PENETRANT INSPECTION.P23T47 CLASS-A ;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b422e96639f54198af4034c4771e0ea0/view)
 
Record
SN05692729-F 20200618/200616230207 (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.