Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2022 SAM #7518
SOLICITATION NOTICE

17 -- 17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF

Notice Date
6/29/2022 3:50:56 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
N0038322RP430
 
Response Due
7/4/2022 10:00:00 PM
 
Archive Date
07/20/2022
 
Point of Contact
Telephone: 2156975809
 
E-Mail Address
WILLIAM.J.RYAN1@NAVY.MIL
(WILLIAM.J.RYAN1@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|invoice and receiving report - combo type |tbd|tbd|n00383|tbd|tbd|see schedule |tbd||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|tbd| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|tbd|60 days after discovery of defect||||| SMALL BUSINESS SUBCONTRACTING PLAN (NOV 2021)|4||||| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (SEP 1999)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|336413|1000|||||||||||| TYPE OF CONTRACT (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| 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 . 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. 1.3 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (B) Copy of the complete process/operation sheets used to manufacuture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors. (C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. (D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. (E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. 1.4 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. 1.4.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: ACTUATOR,ASSY,CROV, ;1710-01-485-5009; NSN , ;2056AS0305-2; Part Number, Shall be performed IAW: ACTUATOR,ASSY,CROV, ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS.REV K.; Publication (s). 1.4.2 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. 1.5 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. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 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: ACTUATOR,ASSY,CROV, ;2056AS0305-2; P/N, ;1710-01-648-5009; NSN, ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS.REV K.; 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. ACTUATOR,ASSY,CROV, ;NORTHROP GRUMMAN SYSTEMS; Company Name , ;7301 SYKESVILLE RDSYKESVILLE, MD 21784; Address , ;04804; 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 promptly detect, correct and prevent conditions that adversely affect quality. 3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.8 6.0 CONFIGURATION MANAGEMENT (CM): 3.8.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.9 7.0 MARKINGS. 3.9.1 Marking shall be as indicated in the contract when applicable. 3.10 8.0 STORAGE; 3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored. 4. QUALITY ASSURANCE 4.1 IN PROCESS INSPECTION REQUIREMENTS: Due to the critical nature of this item it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor shall notify the PCO and NAWC via email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY QA REP AT FAX (732) 323-1381; to arrange for the in-process inspection. A minimum of 10 days is needed for advance notice for each occurrence. The authority of the QAR shall not be abrogated. The QAR shall verify that timely notification was given all parties listed below. CHARACTERISICS TO BE INSPECTED: ;Interim Inspection Requirements:i. See Enclosure (1): ARC Overhaul Government Source Inspection (GSI) Requirements.; ;ALRE CSI parts require certification. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, aboveor below).; ; ; ; ; ; ; ; ; 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS A ALRE CRITICAL SAFETY ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET. NAVSUP REFERENCE ONLY: (22-10034): REPAIR TDR 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. Unique requirments: This overhaul/repair TDR is requiring the submission of data covering all parts components and material certifications, non-destructive inspection process data, welding procedures/qualifications, acceptance tests; this applies only to new, replaced components and assemblies identified on the drawing as CAI/CSI and used in the recertification of the part - CAI/CSI and all traceability requirements do not apply to any existing assets or components contained within. Non-conforming Material Unless directed otherwise in the statement of work, contract, or repair specification (reference (b), the contractor shall submit a request for variance (RFV) through appropriate channels (ACO, PCO, TA)for all instances inwhich material does not conform to the criteria given in reference (b). QALI Instructions:/The QALI shall instruct the QAS to witness the inspection of non-destructive testing (NDT), plating, hardness, hydrostatic and anyother special testing (required by respective drawing(s), IAW ANSI Z1.4, using the AQL sampling rate of 0.4, General Inspection Level of II regardless of characteristic classification. For purposes of this QALI, the term NDT shall refer to the following methods: i. MT - Magnetic Particle Testing ii. PT - Penetrant Inspection iii. UT - Ultrasonic Testing iv. RT - Radiographic Testing v. VT - Visual Testing Process and data review for NDT is acceptable in lieu of GSI witness per 2.bif the company performing the NDT is NADCAP accredited or a laboratory accredited by one of the organizations listed below as satisfying ISO 17025 (Generalrequirements for the competence of testing and calibration laboratories). i. American Association for Laboratory Accreditation (A2LA) ii. ANSI National Accreditation Board (ANAB) iii. International Accreditation Service, Inc. (IAS) iv. National Voluntary Laboratory Accreditation Program (NVLAP) v. Perry Johnson Laboratory Accreditation, Inc. (PJLA) vi. Canadian Association for Laboratory vii. Standards Council of Canada (SCC) QAS shall assure that all Inspection/Certification data needed to substantiatethe Quality of the production units is included in production unit packaging and that the outside of the package thatcontains the data is clearly marked""INSPECTION/CERTIFICATION DATA INCLUDED"". QAS shall coordinate and participate in mandatory Post-Award to include PCO, supplier, and NAWCADLKE QA NAWCADLKE requests DCMA QAS determine a method to identify to NAWCADLKE QA parts that were witnessed per 2.a and 2.b. \ DATE OF FIRST SUBMISSION=ASREQ PRODUCTION AND TEST REPORT ALL CERTIFICATIONS. TEST REPORTS, AND IN-PROCESS INSPECTION DOCUMENTS NEEDED TO SUBSTANTIATE PRODUCT QUALITY SHALL BE SUBMITTED WITH PRODUCTION UNITS WHEN PRESENTED FOR RECEIPT INSPECTION AT CONTRACTORS FACILITY. NOTIFICATION OF 14 DAYS PRIOR TO PRESENTATION FOR INSPECTION MUST BE GIVEN TO ROY JANNEY NAWC QA FAX (732) 323-1381. Data Requirements: a. Copies of all approved Request for Deviations and Request for Waivers. b. Dimensional inspection IAW QCL No. FS-016 per NAVAIR 51-5BCA-3.1 c. Surface preparation and finish per NAVAIR 51-5BCA-3.1 d. Magnetic particle inspection per NAVAIR 51-5BCA-3.1 e. Ultrasonic inspection per NAVSEA T9074-AS-GIB-010/271 f. Dye Penetrant inspection per NAVAIR 51-5BCA-3.1 g. Welding and welder performance qualifications per Drawing 2056AS0302. h. Hydrostatic testing per NAVAIR 51-5BCA-3.1 i. Lubrication per NAVAIR 51-5BCA-3.1 j. Torque values per NAVAIR 51-5BCA-3.1 k. Torque values per Note 21 of Drawing 2056AS0320. l. Thread dimensions and acceptability of threads per NAVAIR 51-5BCA-3.1 m. UID tags per NAVAIR 51-5BCA-3.1 DATE OF FIRST SUBMISSION=ASREQ RECEIPT INSPECTION ALL CERTIFICATIONS. TEST REPORTS, AND IN-PROCESS INSPECTION DOCUMENTS NEEDED TO SUBSTANTIATE PRODUCT QUALITY SHALL BE SUBMITTED WITH REPAIR UNITS WHEN PRESENTED FOR RECEIPT 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. DATA REQUIREMENTS a. Copies of all approved Request for Deviations and Request for Wavers. b. Dimensional inspection IAW QCL No. FS-016 per NAVAIR 51-5BCA-3.1 c. Surface preparation and finish per NAVAIR 51-5BCA-3.1 d. Magnetic particle inspection per NAVAIR 51-5BCA-3.1 e. Ultrasonic inspection per NAVSEA T9074-AS-GIB-010/271. f. Dye Penetrant inspection per NAVAIR 51-5BCA-3.1 g. Welding and welder performance qualifications per Drawing 2056AS0302. h. Hydrostatic testing per NAVAIR 51-5BCA-3.1 i. Lubrication per NAVAIR 51-5BCA-3.1 j. Torque values per NAVAIR 51-5BCA-3.1 k. Torque values per Note 21 of Drawing 2056AS0320. l. Thread dimensions and acceptability of threads per NAVAIR 51-5BCA-3.1 m. UID tags per NAVAIR 51-5BCA-3.1 Receipt inspection and Certification of Sub-Components: The below parts shall be certified at the time of interim inspection.Parts willbe certified and marked as directed by NAWCADLKE prior to assembly. Contractor Assist and Marking as specified below applies. i. P/N 2056AS0302-1, Reaction Frame ii. P/N 2056AS0335-1, Cylinder Crosslink iii. P/N 2056AS0320-1, Hydraulic Balancing Cylinder Assy. High Pressure iv. P/N 2056AS0555-2, CROV Position Sensor Assembly ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ Receipt Inspection and Certification of the Top Assembly: a. The receipt Inspection and Certification of the Top Assembly shall occur during the final inspection. Contractor Assist and Part Marking as specified below applies. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ Contractor Assist and Part Marking: The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specified herein. The contractor shall provide adequate facilities, inspection personnel,tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficientrigging/material handling services and manpower to setup to support the NAWCADLKE Inspector in the conduct of the interim setup/configure/operate equipment & machines used to accomplish The conrigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplishthe inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities. As part of the MRI process,the NAWCADLKE QA representative will provide, in writing, a certification numberalong with direction for marking the Critical Safety Items (CSI). ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ DATE OF FIRST SUBMISSION=ASREQ Block 6: Forward additonal copy to ASO code cited in block 10.A on page 1. WELDING PROCEDURES Data Item Description, Section 7.1 is amended to include the following:Weld procedure IAW AWS D1.1 (Structural Steel) clause 4, AWS D1.2 (Aluminum)clause 3, AWS D1.6 (Stainless) clause 4, AWS D14.1 (Cranes & M.H.E.) clause 9,or other specifications as listed on the system drawings For the purposes of AWS welding requirements, ""Owner"" is defined as NAWCADLKE Lakehurst and ""Engineer"" is defined as engineering authority who resides in NAWCADLKE Code BL14000. Block 7 and 8: The CDRL Deliverable shall be approved by a designated Government representative via a Program Management correspondence.Government has 30 days to review and provide comments or approval. Additional review time may be required based on high volume of submittals such that the number of reviews in process exceed ten procedures. Contractor has 45 days after receipt of Government comments to resubmit Block 9: See Exhibits, Distribution Statement Block 10: Deliver one time for each weld application type for each contractor or subcontractor. For previously approved procedures, contractor may submit proof of previous approval. Block 12: Submit NLT 60 days prior to start of manufacture of items requiring welding governed by AWS welding requirements. Block 13: Contractor must resubmit for any changes in procedure or change in weld activity location Block 14: Electronic copies of all data submittals shall be provided and access via the integrated digital environment. Notification shall be provided by email accordance with Supplement 2 to Exhibits, CDRL Addressees. ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^ Welding Procedures Qualification Test Report Block 4: Data Item Description, Section 7.1 is amended to include the followingThe Weld Procedure Qualification Test Report, including all supporting material laboratory test reports and documentation, IAW AWS D1.1 (Structural Steel) clause 4, AWS D1.2 (Aluminum) clause 3, AWS D1.6 (Stainless)clause 4, AWS D14.1 (Cranes & M.H.E.) clause 9, or other specifications as listed on the system drawings Block 7 and 8: The CDRL Deliverable shall be approved by a designated Government representative via a Program Management correspondence.Government has 30 days to rev...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20ae1c87eaed4ddfa0d5a893d2c27d31/view)
 
Record
SN06373502-F 20220701/220629230108 (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.