Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOLICITATION NOTICE

16 -- 16--BEARING,SPRING SET, IN REPAIR/MODIFICATION OF

Notice Date
11/17/2023 4:03:57 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324RB045
 
Response Due
12/18/2023 10:00:00 AM
 
Archive Date
01/02/2024
 
Point of Contact
Telephone: 2156973967
 
E-Mail Address
SARAH.PFEIL@NAVY.MIL
(SARAH.PFEIL@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N733.08|N00383|(215)697-4337|SARAH.PFEIL@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)|INVOICE AND RECEIVING REPORTS (COMBO) |TBD|N00383|TBD|TBD|SEE SCHEDULE|n/a||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|365 DAYS|45 days of the last delivery under this contract||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|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 (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336413|1,250|||||||||||| TYPE OF CONTRACT (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X DO rated order certified for national defense, A1A| This RFQ is for repair. NAVSUP WSS requests that contractors submit a quote that includes either a firm-fixed price or TT&E pricing as well as estimate costs to repair this item. The Requested RTAT is 91 days The Small Business Administration representative at NAVSUP WSS has reviewed this requirement and determined that a set-aside recommendation was not applicable for this procurement. This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.3 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany 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. 1.4 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 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 Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 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 Variance via the DCMC to the NAVSUP 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 the Level 2 repair and testing /inspection of the subject bearing(s).It outlines cleaning, 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 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: BEARING,SPRING SET ;b60-80-0600; P/N, ;7RH 1680 016212096 V2; NSN, ;REPAIR IN ACCORDANCE WITH TECHNICAL DRAWINGS AND SPECIFICATIONS TO MEET INDUSTRY STANDARDS; 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 manual, 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 Special Bearing 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 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. Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspection shall be maintained for Government review for a period of not less than seven (7) years following Government acceptance of the end item. The inspection reports shall be maintained by the contractor. The inspection report shall contain, as a minimum, include a record of all dimensional data, (coordinate / positional), material, finish and processes with appropriate pass / fail criteria, such as certifications, and actual dimensional readings. Applicable separable inner or outer rings shall be non-destructively inspected via magnetic particle inspection for any indications of cracking. Findings of cracking shall be grounds for the rejection of the bearing. The contractor shall inspect the bearings to identify the manufacturer of the bearing.The contractor shall replace all worn and damaged parts that do not meet the inspection requirements, except for those where there is a repair definition within the repair manual.Repairable parts shall be repaired in accordance with the repair procedures outlined in the drawings or repair manuals. Where a repair procedure is not given, the repair facility shall contact the PCO via the DCMA office for disposition. 3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVICP AND THE BDE. 3.6 RECEIVING INSPECTION OF PURCHASED MATERIAL: 3.6.1 Should the contractor receive a competitor's bearing, installation of new manufactured cage assemblies is authorized only for Level II repair for which they are the original manufacturer of that bearing. Replacement of cage assemblies in bearings where the repair source was not the original manufacturer will not be permitted and repair may only be performed by stripping and replating the existing cage. Rolling element sets for a bearing that require replacement must be obtained from approved Prime sources and/or conform to all Prime Source control drawing requirements. 3.7 SOURCE AND LOCATION OF REPAIR SOURCE: 3.7.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed. BEARING,SPRING SET ;SKF USA INC.; Company Name , ;900 N STATE STREET, ELGIN, IL. 60123-2193; Address , ;80201; Cage Code 3.8 5.0 TESTING REQUIREMENTS (GENERAL) 3.8.1 SPECIAL BEARING INSPECTION / TESTING REQUIRED : Special Bearing Inspection / Testing is required for any vendor other than the Prime Manufacturer IAW NAVAIR 01-1A-503 02-1-517 02B-10DAD-6-2V4 WP 109 00 02B-10DAD-6-1V2 WP 014 00 3.8.2 PRODUCTION LOT TEST / INSPECTION in the form ofthe Navy's Special Bearing Inspection shall be performed on all bearings. Special Bearing Inspection requires 100% on all bearings for the first Production Lot Test (PLT) of each contract witnessed by NAVAIR FRC Southwest and the Certified DCMA/QAR Bearing Inspector. Subsequent PLT under the same contract will require 100% inspection on a sample of bearings from each Production Lot performed by the Certified DCMA/QAR Bearing Inspectior I/A/W the criteria established during the First PLT inspection. This is the requirement for all contractors for each bearing contract, NO exceptions. All inner,outer, and separable rings shall be non-destructively inspected via magnetic particle inspection for cracking,regardless of inspection/repair level. Any cracking shall be grounds for rejection of the bearing. The contractor shall notify the PCO, FRC Southwest, and DCMA QAR within 15 days prior to the Inspection. 3.8.3 ACCEPTANCE TESTING FOR REPAIRED / OVERHAULED UNITS: All overhauled units shall be tested / inspected by the contractor I/A/W the requirements of the drawing and specifications for the subject item along with the requirements identified in the technical data cited in Paragraph 3.0.The inspection will be accomplished on the contractor's equipment and witnessed by NAVAIR FRC Southwest and the Certified DCMA/QAR Bearing Inspector. The bearings are to be unassembled for the initial inspection. Upon successful completion of these inspections, the bearings shall be assembled and those inspections / tests necessary in the assembled state shall be performed. 3.8.4 SPECIAL BEARING INSPECTION / TESTING (SPECIFIC): These bearings shall be repaired to level 2 requirements as specified in documents listed in this Statement of Work.Special Bearing Inspection / Testing is required for any vendor other than the Prime Manufacturer. 100% of all overhauled units shall be tested / inspected by the contractor I/A/W the requirements of the drawing, and Repair Manuals along with the specifications for the subject bearing. The repair facility shall notify the PCO and QAR within fifteen (15) calendar days prior to the Special Bearing Inspection / Testing so that the testing may be witnessed by the Government. The repair facility shall submit the Special Bearing Inspection / Test report I/A/W the Contract Data Requirements List, DD form 1423 to NAVICP code 0733.4 via the PCO. FRC Southwest shall submit a report of finding to the PCO and NAVICP code 0733.4 identifying which bearings are acceptable, which bearings are scrap (Beyond economic repair). 3.8.5 RECORDS OF DATA COLLECTION: The contractor shall maintain a historical record file to contain copies of applicable data and documentation for individual CLIN's and assemblies by CLIN serial number. The historical record record file shall include, but not be limited to the following types of historical records: Receipt inspection documentation Repair shop travelers Detailed process / operation sheets, Completed inspection method sheets Equipment inspection records etc. The Quality Assurance dept shall maintain a complete receipt inspection, test, repair, and retest history for each item processed. This information shall be made available to the repair and modification orders related to the CLIN's have been completed prior prior to acceptance of the CLIN and will be available at time of the Special Bearing Inspection. 3.8.6 RESPONSIBILITY FOR INSPECTIONS: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specified herein. The contractor may use it's own or any other facility suitable for the performance of the inspection requirements specified herein. The Government reserves the right to perform any of the inspections set forth in this SOW where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 3.8.7 RESPONSIBILITY FOR COMPLIANCE: All items shall meet all requirements of this SOW. The Level 2 inspection requirements set forth in this SOW and any documents referenced in the contract shall become part of the contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the contractor of the responsibility of insuring that the CLIN's submitted for acceptance comply with all the 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 the acceptance of defective parts. 3.8.8 REPAIR, OVERHAUL ASSESSMENT TESTING: The Government may select samples of the CLIN's which have completed repair and have been accepted by the Government representative for the purpose of conduction performance testing, 3.9 6.0 CONTRACTOR QUALITY REQUIREMENTS: 3.9.1 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. 3.9.2 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. 3.10 7.0 CONFIGURATION MANAGEMENT (CM): 3.10.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVICP configuration management clause NAVICPIA18. (Refer to contract). 3.11 8.0 MARKINGS. 3.11.1 Marking shall be IAW NAVAIR 01-1A-503 Section VI 6-58 / 6-62. Mark ONLY where indicated in Figure 6-8. 3.12 9.0 STORAGE; 3.12.1 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 PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d350596711b743eebdc9e89fb58d2132/view)
 
Record
SN06888971-F 20231119/231117230052 (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.