Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

16 -- 16--W1 ANTENNA - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF

Notice Date
6/25/2020 3:06:39 AM
 
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
N0038320RH273
 
Response Due
6/30/2020 12:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Telephone: 2156973473
 
E-Mail Address
DANIELLE.GRZESZCZAK@NAVY.MIL
(DANIELLE.GRZESZCZAK@NAVY.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19| | | | | | | | | | | | | | | | | | | | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2| | | TIME OF DELIVERY (JUNE 1997)|20|Induction period is 365 days after award. RTAT is 365 days after receipt of the order or receipt of the asset, whichever is later, for each NIIN under this requirement.| | | | | | | | | | | | | | | | | | | | STOP-WORK ORDER (AUG 1989)|1| | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (COMBO)| |TBD|N00383|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|365 days after delivery|45 days after discovery of defect| | | | | WARRANTY OF DATA - BASIC (MAR 2014)|2| | | SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018)(DEVIATION 2018-O0018)|5| | | | |danielle.grzeszczak@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| | | | | | REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (OCT 2010))|7| | | | | | | | INCENTIVE PRICE REVISION-SUCCESSIVE TARGETS (OCT 1997)|12| | | | | | | | | | | | | 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| | | | | | | | | | | 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| | | TYPE OF CONTRACT (APR 1984)|1|firm fixed price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A1A | | REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JUN 2019))|1| | EVALUATION CRITERIA AND BASIS FOR AWARD -|1|The Technical evaluation factors are (1) technical acceptability, (2) source approval and (3) past performance. Price will be considered as a secondary factor after the technical evaluation factors have been evaluated. (1) To be determined Technically Acceptable, an offeror must edmonstrate an unconditional offer to perform. A proposal that offers alternative terms or takes exceptions to a solicitation requirement will be considered tecchnically unacceptable. (2) Source Appro val: These are critical application items. All sources must be approved by NAVSUP WSS Development Department prior to award. (3) Past Performance: The past performance evaluation results in an assessment of the offerors probabiility of meeting the solicitation re quirements. There are three aspects to the past performance evaluation: (1) recency, (2) relevancy (including context of data, and (3) quality (including general trends in contractor performance and source of information). The Past Performance factor is defined b y how well the offeror has performed relevant contracts or efforts over the past three years. We will only evaluate past performance on relevant contracts within the prior three-year period due to critical application item requirements which would require revalida tion as approved sources of any source of supply that has not provided the items within the preceding three years. The primary focus of the Past Performance evaluation will be on those contracts identified in the proposal that are found to be relevant to the solic itations requirements, although the Government reserves the righht to consider the quality of performance on relevant contracts or efforts that are not identified in the proposal. Greater significance will be placed on the quality of performance on contracts that are determined to be of greater relevance. The offeror shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. The offeror must complete a Past Performance Reference Informaation Sheet for each reference submitted. The form will be an attachment to the solicitation. For additional information regarding a particular reference beyond that which will fit on the form, the offeror may continue onto another sheet of paper. The offeror shall demonstrate relevant past per formance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contacts or efforts (within the past three years) that is of similar scope, magnitude, and complexity to that which is described in the s olicitation. Offeror who is an approved source at time of award and submits a technically acceptable proposal with acceptable past performance with the lowest total offered price which is fair and reasonable will be selected for award. The purpose of the price fa ctor is to determine if the proposed price is fair and reasonable. FAR 15.404-1(b) requires that price analysis be performed regardless of contract type to determine if the prices proposed are fair and reasonable. The techniques and procedures specified at FAR 15. 404-1(b) will be utilized for the purposes of conducting the price analysis, which at a minimum will consist of a comparison of proposed prices received in response to the solicitation. Each offeror will submit one repair price per unit. This price multiplied by the quantity for that line item will be the extended price. The sum of the extended prices will be used to determine the total overall price, which will be used to evaluate the price factor. In addition, for each unit, they will submit prices for each of the follo wing categories: beyond economic repair (BER); beyond physical repair (BPR); teardown, test and evaluation (TT&E); and no fault found (NFF). These quantities are unknown and will not be considered in the price evaluation. They will be used for post award reconcili ation purposes. Offerors will submit all prices via the Schedule within Section B of the solicitation. The price proposal must support the technical proposal. The price proposal should include all elements of price information as considered appropriate and demons trate an understanding of how the overall price was developed in support of the performance of the offeror's proposal. In no event will the Government make an award against an offer that the Government does not find to be fair and reasonably priced. The Government anticipates that adequate price competition will establish a fair and reasonable price. However, if the Government does not receive adequate price competition, it will amend the solicitation requiring the submission of Certified Cost and Pricing Data. Once a TIN A compliant proposal is submitted, fair and reasonable pricing will be based on negotiations between the Government and the contractor. | The purpose of this amendment is to clarify / correct the following solicitation verbiage: 1. Section C, Paragraph 1.2.1, rework / repair in accordance with drawing specifications is acceptable to the Government if there are no repair procedures and requirements. 2. Section C, direct reference to any specific contractor is hereby removed from the Statement of Work. Articles to be furnished to be manufactured, tested, and inspected in accordance with the following drawings: NIIN: P/N or Drawing number: 01-582-7988 5204500-100-105 01-592-9271 5211865-100 01-592-9276 123SCAV9996, 5212100-100 01-592-9281 123SCAV9988, 5217008-100 01-592-9284 5217009-110 01-599-1096 5214700-100 01-599-1106 5204400-105 01-610-2276 5204375 01-661-7957 123SCAV9988, 5217008-110 01-671-7779 123SCAV9991, 5211912-2 3. Section C, Failure Analysis and Corrective Action Reports. This is to clarify that Test Failure Reports (in contractor format) are acceptable. 4. Section C, Paragraph 3.4.3, Process Control Documentation: This is to clarify, if rework is performed in accordance with drawing specifications, planning and unit functionality is confirmed with test/inspection information made available, this is sufficient to fulfill this requirement. 5. Section C, Paragraph 3.5.4, Receiving Inspection of Purchased Parts and Material. This is to clarify that a Contractor's approved Purchasing System will satisfy this requirement. 6. Section C, Paragraph 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. Reference to any one specific contractor is hereby removed. Each contractor is to specify where the work is being performed. 7. Section C, Paragraphs 1. Scope, 2. Applicable Documents and 3. Requirements, and their respective subparagraphs should be applicable to all CLINs. 8. Section H, Special Contract Requirements. This is to clarify that the required DD254(s) will accompany the resultant award. 9. Section M, Evaluation Factors For Award. This is to clarify that if the contractor is already an approved source, a technical proposal is not required to be submitted with the price proposal. 10. Section C, Paragraph 3.3.3, Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). This is to clarify that there are no specific repair manuals and / or publications. Repairs should be performed in accordance with the following drawings: NIIN: P/N or Drawing number: 01-582-7988 5204500-100-105 01-592-9271 5211865-100 01-592-9276 123SCAV9996, 5212100-100 01-592-9281 123SCAV9988, 5217008-100 01-592-9284 5217009-110 01-599-1096 5214700-100 01-599-1106 5204400-105 01-610-2276 5204375 01-661-7957 123SCAV9988, 5217008-110 01-671-7779 123SCAV9991, 5211912-2 \ The purpose of this amendment is to extend the offer due date / solicitation close date through 30 June 2020./ This purpose of this amendment is to extend the proposal due date to June 19, 2020. 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. The Past Performance Reference Information Sheet (PPRIS) will be made available for completion via an amendment to the solicitation. 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 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. 1.2.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: CONTROL & STATUS MO ;CONTROL & STATUS MO 1680-01-582-7988; NSN , ;70974 5204500-100-105; Part Number, Shall be performed IAW: CONTROL & STATUS MO ;N/A; Publication (s). 1.2.2 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. 1.3 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NORTHROP GRUMMAN SYSTEMS CORP; drawing number ( ;70974; ) ;5204500-100-105; , 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. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS The contractor shall maintain a quality control system which meets the requirements of Mil-I-45208A, Mil-Q 9858,ISO-9000 / 9001 / 9002 or equivalent. RESPONSIBILITY FOR INSPECTION: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the contractor may use his own or any other facility suitable for the performance of the inspection requirements specified herein. PROCEDURES:The contractor shall prepare and maintain Quality Control Documentation, test and repair procedures, and inspection procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of the test, repair, and inspection process, as well as the performance spcifications to perform the procedures. QUALITY ASSURANCE PROGRAM PLAN: The contractor shall develop, implement and maintain a Repair Quality Plan in compliance with the requirements of Mil-I-45208A, Mil-Q-9858, ISO,9000 / 9001 / 9002, or equvalent.The plan shall define the specific methods by which compliance with contractual requirements will be assured. All quality assurance data shall be provided to the Government for review and approval upon request. PURCHASED MATERIAL CONTROL: The contractor shall establish and maintain a system of control over purchased material which shall assure that the necessary requirements of this contract are included. in all sub contract agreements. A parts control system shall establish a record of performance for each purchased and internally manufactured part and shall be used to evaluate continued use of the source. The contractors control system shall be in compliance wil either Mil-I 45208A/Mil-Q-9858 or equivalent Quality Quality Assurance Standared.(ISO/AS:9000, 9001, 9002). RECEIVING INSPECTION OF PURCHASED MATERIAL: Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspections shall be maintained for Government review at least twelve (12) months following acceptance of the end item. Inspection reports shall be maintained by the contractor. 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 ascertifications, and actual dimensional readings. FAILURE ANALYSIS AND CORRECTIVE ACTION:All failure analysis and corrective action reports/plans shall be submitted to the Government. NONCONFORMING MATERIAL:The contractor shall establish an effective system for controlling nonconforming material including procedures for identification, segregation, and disposition. CONTRACTOR INTERNAL REVIEW BOARD (IRB):IRB authority is delegated to the contractor for this contract only. The IRB may be used only for disposition of materials exhibiting minor non-conformances, scrap or rework to return a part to conformance with drawings or specifications as authorized by the approved repair procedures.IRB shall not use ""AS-IS"" disposition. A complete file of IRB actions shall be maintained for review by the Government for concurrance of classification. MATERIAL REVIEW BOARD (MRB):Formal MRB authority for disposition of ""AS-IS""and for minor non-conformances is retained by the Government. The contractor shall submit the appropriate request for Waiver/Deviation via the DCMC to the NAVICP Contracting Officer. RESPONSIBILITY FOR COMPLIANCE: All items must meet all requirements of this Statement of Work. The inspection requirements set forth in this SOW shall become part of the contractors overall inspection system or quality program. The absence of any inspection requirements in the SOW shall not relieve the contractor of the responsibility of assuring that all Government equipment submitted for acceptance comply with all requirements. Sampling in quality conformance does not authorize submission of known defective items, either indicated or actual, nor does it commit the procuring activity to acceptance of any defective items. REPAIR ASSESSMENT TESTING: The Government may select samples of the Contract Line Items (CLINS) which have completed repair and have been accepted by the Government representative for the purpose of conducting performance testing, environmental testing, and quality conformance examination in a repair assessment test program. A quantity of CLIN's may be randomly selected from each quaterly repair production completion for shipment to the CFA or other Government designated location to conduct this testing. RECORDS OF DATA COLLECTION: The contractor shall maintain a historical record file to contain copies of applicable data and documents for individual CLIN's and assemblies by CLIN serial number. The historical record file shall include,but not be limited to the following types of historical records: Receipt inspection documentation. Repair shop travelers or repair cards. Parts replacement records. Parts inspection data before and after repair as applicable. Acceptance test data. QA personnel shall maintain a complete receipt inspection,test, repair re-test, history card for each item processed. This information shall be made available to the Government upon request. 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: CONTROL & STATUS MO ;5204500-100-105; P/N, ;1680-01-582-7988; NSN, ;ALL AVAILABLE REPAIR MANUALS DRAWING, AND SPECIFICATIONS.; 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. CONTROL & STATUS MO ;NORTHROP GRUMMAN SYSTEMS CORP; Company Name , ;2000 W NASA BLVD, MELBOURNE, FL 32904-2322; Address , ;70974; 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 ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f6e61fbed0e8496fabe336d3ddb8cd37/view)
 
Record
SN05702976-F 20200627/200625230150 (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.