Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

49 -- 49--NRP,CHERRY PICKER A

Notice Date
5/3/2024 3:54:41 AM
 
Notice Type
Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324QC331
 
Response Due
6/3/2024 1:30:00 PM
 
Archive Date
06/18/2024
 
Point of Contact
Telephone: 2156972217
 
E-Mail Address
MARY.R.COLE@NAVY.MIL
(MARY.R.COLE@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N792.05|T2M|215-697-2217|Mary.R.Cole@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report (combo) type||Cognizant DFAS|N00383|Cognizant DCMA|Cognizant DCMA|See schedule|Source||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (FEB 2024))|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334419|750|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1A| This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. This requirement will be awarded to the offeror based on the following evaluation criteria submitted via quote. Offers submitted will be evaluated based on the following criteria: lead time,price, past performance and capacity. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date. The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated. This requirement is for the procurement (spares) of the items herein this solicitation. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 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. 1.3 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWCADLKE; drawing number ( ;PROJECT 50031 L1 REV F.3 GENATOM-0001; ) ;47VD1; , Revision ;REV F.3; 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 - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;Load test requirements per direction of NAWCADLKE.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE FIRST TIME BUY TDR NO 23-10039 COMPLETED BY NAWCADLKE ON 7/13/2023. IN SUPPORT OF THIS SOLICITATION/CONTRACT FOR THIS ALRE ITEM, TDR NO. 23-10039 WAS USED. PER TDR 23-10039 LOAD TEST REQUIREMENTS SET BY NAWCADLKE FOR VENDOR CONTROLLEDDRAWING FOR PART NUMBER GENATOM-001 IS AS FOLLOWS: ADD AS SPECIFICATION 16, TO DRAWING (PROJECT 50031 L1 REV F.3 GENATOM-0001) SKYHOOK SHALL WITHSTAND A TEST LOAD (NONE) OF NOT LESS THAN 125% OF THE RATEDLOAD APPLIED IN ACCORDANCE WITH ASME B30.16 FOR A PERIOD OF TEN (10) MINUTESWITHOUT FAILURE. \
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7882f54da4004801887459f346694a98/view)
 
Record
SN07052930-F 20240505/240503230039 (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.