Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOLICITATION NOTICE

48 -- 48--VALVE ASSEMBLY

Notice Date
5/30/2024 11:12:48 AM
 
Notice Type
Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324QTM26
 
Response Due
5/22/2024 1:30:00 PM
 
Archive Date
06/06/2024
 
Point of Contact
Telephone: 2156972995
 
E-Mail Address
JESSICA.HARPEL@NAVY.MIL
(JESSICA.HARPEL@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N793.12|N00383|215-697-2995|jessica.l.harpel2.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||x| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports (combo)||n/a|N00383|n/a|n/a|n/a|n/a||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 year after date of delivery|45 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (NOV\23)|5|||||| 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 (NOV 2023))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| This solicitation will be using competitive procedures. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. The closing date for this solicitation is listed on page 1 of the solicitation. The quotes may be emailed to the below email address and must be received on or before 2:00PM EST on the closing date. Offers received after the closing date are considered to be late and will not be considered for award. This is a FMS Spares requirement for the items listed in 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 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. 1.3 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 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.5 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.6 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.7 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.8 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.9 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. 1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;80020; ) ;610150-10; , Revision ;AP; and all details and specifications referenced therein. 1.11 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. 1.12 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 DRAWING DATA=A315473 |80020| N| |D| | | | DRAWING DATA=A318426 |80020| W| |A| | | | DRAWING DATA=MPR 1072 |80020| -| |D| | | | DRAWING DATA=MPR 1221 |80020| T| |D| | | | DRAWING DATA=MPR 1299 |80020| -| |D| | | | DRAWING DATA=NAEC-ENG-6518 |80020|BP| |D| | | | DRAWING DATA=NAEC-ENG-91-7616 |80020| H| |D| | | | DRAWING DATA=17-32283 |80020| W| |D| | | | DRAWING DATA=17-32284 |80020| N| |D| | | | DRAWING DATA=17-32286 |80020| P| |D| | | | DRAWING DATA=17-42052 |80020| P| |D| | | | DRAWING DATA=17-61755 |80020|AG| |D| | | | DRAWING DATA=316293 |80020| P| |A| | | | DRAWING DATA=316294 |80020| Y| |A| | | | DRAWING DATA=317891 |80020| E| |D| | | | DRAWING DATA=422886 |80020| B| |D| | | | DRAWING DATA=424842 |80020| E| |D| | | | DRAWING DATA=509441 |80020|AC| |D| | | | DRAWING DATA=509544 |80020| U| |D| | | | DRAWING DATA=517814 |80020| J| |D| | | | DRAWING DATA=517815 |80020| H| |D| | | | DRAWING DATA=517816 |80020| G| |D| | | | DRAWING DATA=517817 |80020| F| |D| | | | DRAWING DATA=517843 |80020| E| |D| | | | DRAWING DATA=522404 |80020| C| |D| | | | DRAWING DATA=523479 |80020| E| |D| | | | DRAWING DATA=610150-10 |80020|AP| |D| | | | DRAWING DATA=623406 |80020| H| |D| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE Unique Requirements: 1. Interim Inspection Requirements: The following item(s) requires an Interim Inspection at the contractor's location: a. P/N 610150-10, Valve Assembly-CVN 72-77 (CSI) i. Witness of hydrostatic test per Note 4 of Drawing 610150 (M102). ii. Verification assembly is shipment ready per Note 15 of Drawing 610150 (C3) iii. Witness of spring pin installation per Note 19 of Drawing 610150 (C4). b. P/N 17-42052-1, Stem (CSI) i. Witness of dimensional inspection per Drawing 17-42052 (C1-C6, M101-M105). 2. ALRE CSI parts require certification: a. 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 bein the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below). 3. Receipt inspection and Certification of Sub-Components: a. P/N 17-42052-1 shall be certified at the time of interim inspection. Parts will be certified and marked as directed by NAWCADLKE prior to assembly. b. P/N 623406-1 shall be receipt inspected and certified at Lakehurst during Production Unit Testing (see para 5). 4. Receipt Inspection and Certification of the Top Assembly: a. The receipt Inspection and Certification of the Top Assembly, P/N 610150-10, shall occur at Lakehurst during the final inspection. 5. Contractor Assist and Part Marking: a. 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 equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the 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 number along with direction for marking the Critical Safety Items (CSI). QUALITY ASSURANCE REQUIREMENTS: 1. The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows: a. N/A b. 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 agrees to notify Roy Janney, Roy.a.janney.civ@us.navy.mil, of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when material is scheduled for the interim inspection(s) that are identified herein. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. A minimum of seven (7) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature,Part Number, NIIN, Type of Inspection, and Quantity of parts. 2. The contractor shall perform Quality Conformance and Lot Sampling Inspection for all associated features that are present in the drawings and specifications: a. Features/attributes/requirements classified as Critical and Major on the drawing(s) or within the technical specification shall be inspected and shall have the actual dimensions documented 100%; b. Attributes for plating, hardness, and non-destructive testing shall be inspected 100%; c. Class 3 Threads, dimensions, and geometric feature controls with a tolerance range of .010 or less shall be inspected using an AQL of 1.5 and the General Inspection Level II as defined by ANSI Z1.4. d. Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 and the General Inspection Level II as defined by ANSI Z1.4. 3. The material covered in this contract/purchase order will be used in a crucial shipboard system supporting 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 Safety Item (CSI) material and special control procedures are invoked to ensure receipt of correct material. 4. First Article Testing: a. First Article testing by the Government is required for this item of ALRE/SE. b. First Article samples, all certifications, test reports, and in-process inspectiondocuments needed to substantiate product quality shall be forwarded to the Naval Air Warfare Center Aircraft Division, Code BL41600 B148, Hwy #547, Lakehurst, NJ 08733-5125 (Attention: Drew Flast) c. First Article samples will be evaluated within 45 working days after the date of receipt for sample quantities. d. First Article sample quantities is 1 (one); delivered in the uncoated condition. First Article results and disposition recommendations will be provided to the PCO via letter. e. Estimated test costs are $5000 5. Production Unit Testing: a. Each lot of P/N 610150-10 shall be shipped to NAWCADLKE for inspection/testing as cited in Note 6 of Drawing 610150. As specified in Note 15 of Drawing 610150 and in Section N.2 above, P/N 610150-10 shall be free fromcontaminants prior to shipment. 6. For purposes of this TDR, the term NDT shall refer to the following methods: MT - Magnetic Particle Testing, PT - Penetrant Inspection, UT - Ultrasonic Testing, RT - Radiographic Testing, and VT - Visual Testing. 7. Companies performing NDT shall be NADCAP accredited, or a laboratory accredited by one of the organizations listed below as satisfying ISO 17025 (General requirements for the competence of testing and calibration laboratories). NDT certificates shall be bear the symbols of accreditation and the accreditation body. a. American Association for Laboratory Accreditation (A2LA) b. ANSI National Accreditation Board (ANAB) c. International Accreditation Service, Inc (IAS) d. National Voluntary Laboratory Accreditation Program (NVLAP) e. Perry Johnson Laboratory Accreditation, Inc (PJLA) f. Canadian Association for Laboratory Accreditation Inc. (CALA) g. Standards Council of Canada (SCC) 4.1 Review documentation as provided under DD 1423 requirements. 4.2 CRITICAL MANUFACTURING PROCESSES ( ;APPLIES; ) HEAT TREAT ( ;APPLIES; ) WELDING ( ;APPLIES; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;APPLIES; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;MPR1072, MPR 1221, MPR 1299; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.3 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.3.1 Dimensional test (special) ;CLOSE MACHINE TOLERANCES; 4.3.2 Requirements of: ;LAKEHURST DRAWING PACKAGE; 4.3.3 Form: ;APPLIES; 4.3.4 Fit: ;APPLIES; 4.3.5 Function ;APPLIES; 4.3.6 Compliance with drawing ( ;80020; ) ;610150; , Revision ;AP; and specifications referenced therein. 4.4 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements. 4.5 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing. 4.6 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;ESTIMATE TEST COST ARE $5000. ONE DELIVERED IN UNCOATED CONDITION. ; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.7 Disposition of FAT samples 4.7.1 ; ; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.7.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. ; ; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.8 Test Sample Coating Instructions 4.8.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers. 4.9 FAT Approval Criteria 4.9.1 FAR 52.209-4 applies (A) The contractors shall deliver ;ONE; ; unit(s) of the following CAGE ( ;80020; ; ) Part Number ;610150-10; ; , Revision ;AP; ; within ;First Article Test unit shall be included in First Article unit packaging.; ; calendar days from the date of this contract to the Government at ;Naval Air Warfare Center Aircraft Division, Code BL41600 B148, Hwy# 547, Lakehurst, NJ 08733-5125 (Attention: DREW FLAST); ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: ""FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________"" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: ""DO NOT OPEN IN MAIL ROOM"". Within ;First Article samples will be evaluated within 45 working days after the date of receipt for sample quantities.; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;45; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract (F) Unless otherwise provided in the contract, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 4.10 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on Waiver of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date of Contract:__________ 4.11 Production Lot Sample Test Requirements: The tests to be performed under the production lot sample testing provisions of the contract are as follows: 4.11.1 Workmanship Production lot samples shall be inspected to determine the general workmanship. 4.11.2 Dimension check Production lot samples shall be inspected to determine compliance with applicable drawings and/or specifications. ;NAWC LAKEHURST DRAWING PACKAGE; 4.11.3 Form: ;APPLIES; 4.11.4 Fit: ;APPLIES; 4.11.5 Function: ;APPLIES; 4.11.6 Requirements of: ;NAWC DRAWING UPDATE SHEET PACKAGE / CONTRACT REQUIREMENTS; 4.12 In addition to the above tests, the production lot samples to be delivered hereunder shall also be subjected to those tests which will demonstrate that the samples comply with the contract requirements. 4.13 The contractor will be responsible for providing the necessary parts and repair of the production lot sample during testing. 4.14 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;Estimated test costs are $5000; for each lot of production lot testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the Government will require such testing. 4.15 Disposition of Test Samples 4.15.1 ; ; Samples WILL NOT be returned to the contractor as they will be destroyed during testing. 4.15.2 ;APPLIES; Unless otherwise provided for in the contract, samples shall be returned to the contractor and may be considered as production items under the contract provided the samples can be refurbished to Ready For Issue condition and provided the samples have inspection approval of the cognizant DCMC QAR. Samples may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.15.3 ; ; Samples shall be returned to the contractor but shall not be considered as production due. 4.16 Production Lot Samples Testing Criteria 4.16.1 (A) The production lot samples shall be ;Each lot of P/N 610150-10 shall be shipped to NAWCADLKE for inspection/testing as cited in Note 6 of Drawing 610150. As specified in Note 15 of Drawing 610150 and as specified under intrim inspection requirements, P/N 610150-10 shall be free from contaminants prior to shipment.; ; selected at random by the cognizant Government inspector. All transportation charges will be prepaid by the contractor and will be shipped to: ;NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION Code BL41600 B148, Hwy #547, LAKEHURST, NJ 08733-5125 (Attention: Drew Flast); ; The samples shall be identified by contract number and lot number and shall be clearly marked as follows: PRODUCTION LOT SAMPLES NOT RFI MATERIAL DO NOT TAKE UP IN STOCK (B) Fourteen (14) days prior to the shipment of the Production Lot Samples, the contractor shall notify the designated test facility, in writing, of the anticipated shipping date, with an information copy to the PCO, Naval Inventory Control Point, ATTN: (See Block 10.a of the SF33 for name and code), with duplicate copies to NAVICP code ;PCO; ; and to the designated testing facility. The envelope shall be clearly marked ""DO NOT OPEN IN MAILROOM"". (C) Such samples shall be delivered to the testing facility in sufficient time prior to the delivery date of the production articles to allow a 165 day period for testing by the laboratory and written notification by the contracting officer of the approval, conditional approval, or disapproval of the samples. In the event the contractor does not receive written notification or approval, conditional approvalor disapproval or the samples for a particular production lot within the above stated time frame, the contract delivery schedule shall be equitably adjusted as necessary. Within 120 days of the receipt of the samples, the testing facility shall notify the contracting officer, Naval Inventory Control Point, ATTN: (See block 10 of the SF33 for name and code) of the results of the testing, together with a recommendation for approval or disapproval. (D) If the contractor fails to deliver any production lot samples for testing within the time or times specified, or if the contracting officer disapproves any production lot samples, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract, and this contract shall be subject to termination for default. (E) In order for a production lot to be acceptable, all samples representative of the lot must pass all of the contract requirements. In the event a sample fails to pass such requirements, the lot will be rejected. In such event, the Government may, at its option and at no additional cost to the Government, (I) terminate all or any portion of this contract for default, (II) require the manufacture of a new production lot, or a rework of the rejected production lot if the means and procedures proposed by the contractor for rework are acceptable to the Government, or (III) require the submission of additional samples for test. The foregoing procedures shall apply to new or reworked production lots in the same way as they did to the original production lot. (F) For each additional sample or each resubmission of a modified sample which the contractor is required to submit for approval hereunder as a result of the failure of a previous sample to conform to the requirements of the specifications, the contractor shall pay to the Government the costs of reinspection, shipping, examination and retesting by the Government, and the contractor and his sureties (if any) shall be liable fo...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac48933536f64112b3dd27f147414ae2/view)
 
Record
SN07081341-F 20240601/240530230058 (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.