SOLICITATION NOTICE
36 -- Alamo Press Die Sets & Crimping Tools
- Notice Date
- 12/4/2020 1:12:41 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333514
— Special Die and Tool, Die Set, Jig, and Fixture Manufacturing
- Contracting Office
- NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017421Q0014
- Response Due
- 12/9/2020 12:30:00 PM
- Archive Date
- 12/24/2020
- Point of Contact
- Brandi L. Sorzano, Phone: 3017446908
- E-Mail Address
-
brandi.sorzano@navy.mil
(brandi.sorzano@navy.mil)
- Description
- This is a combined synopsis/solicitation for non-commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-21-Q-0014 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This award will be a Firm Fixed Price Contract; the award will be made based on the price. The North American Industry Classification System (NAICS) code is 333514. The SB size standard for this code is 500 employees. CLIN0001 � 1 ea:� .469 Press Die Set without knockout per drawing CLIN0002 - 1 ea: .469 Crimp Tooling Set per drawing CLIN0003 � 1 ea: �1.387 Pressing Die Set with knockout CDRL A001 -Test/Inspection Reference SOW Para 4.1 see attached CDRL CDRL A002 � Certificate of Compliance Reference SOW Para 4.1.1 see attached CDRL CDRL A003 - Certification/Data Report Reference SOW Para 4.1.1 see attached CDRL CDRL A004 � Failure Analysis and Corrective Action Report (FARCAR) Reference SOW Para 4.1.2 see attached CDRL Please request drawing from brandi.sorzano@navy.mil and reference RFQ #. Quality Assurance Requirements � please see attached document in RFQ. Special Packaging Instructions � please see attached documents in RFQ. SOW � Statement of Work Scope of Work � The requirements in this document contain the information necessary to manufacture press tooling (die sets and crimping tools) for the ALaMO Project at Naval Surface Warfare Center Indian Head Division (NSWC IHD). Applicable Documents � General Specifications � Contract Data Requirement Lists as in the attached Form 1423s: � DI-QCIC-81356 Certificate of Compliance DI-MISC-80678 Certification / Data Report DI-SESS-81927 Failure Analysis and Corrective Action Report (FACAR) DI-NDTI-80809 Test/Inspection Report Technical Drawings for Deliverables: � 2019-Y-094 Rev. NR 0.469 Inch Press Die Set with Vacuum and Oil Jacket 2019-Y-095 Rev. NR Crimp Tooling for 0.469 Inch Booster Pellet in Aluminum Cup 2019-Y-111 Rev. NR 1.387 Pressing Dye Set � Conflicting Document Requirements � If there are any conflicts between specifications, drawings, or requirements listed herein, the contractor shall notify the Contracting Officer (KO) and the Technical Point of Contact (TPOC), in writing for interpretation, clarification, and resolution. � Requirements General Manufacturing � The Contractor shall provide, inspect, test, and deliver components in accordance with the applicable drawings, packaged by part number, and ready for use.� The Contractor shall provide, design, and fabricate all necessary tooling to manufacture and dimensionally inspect the components, and provide data as detailed herein. The Contractor shall provide technical feedback to the Government as it relates to manufacturing capability and item predictability of components.� Feedback in these areas include, and are not limited to: tolerance adjustment suggestions, recommended changes to make an item more producible, material obsolescence, plating and machining issues, etc. Test and Inspection � The Contractor shall maintain and control processes to inspect and test components as described in this SOW. �These processes should cover all phases from the ordering of the material to the Government acceptance of the finished product. � Dimensional Inspection � The Contractor is responsible for performing in-house inspections to ensure each component and dimension conforms 100% to the contract, SOW, and product dimensional requirements.� The Contractor shall provide copies of in-process dimensional data and/or proof of inspections, such as floor shop travelers or final QA inspections, as requested by the Government.� The Contractor shall submit a Certificate of Analysis for final dimensional inspection report (CDRL A001) for each component. � Drawing Certification � The Contractor shall submit a Certificate of Compliance (CDRL A002) and/or a Certificate of Analysis (CDRL A003) as identified on the Form 16 for each drawing. AISI D2 tool steel shall be in accordance with ASTM A681, or equivalent, unless otherwise stated. Mild steel rods shall be in accordance with ASTM A108, or equivalent, unless otherwise stated. Mild steel sheet stock shall be in accordance with ASTM A109, or equivalent, unless otherwise stated. 6061 aluminum shall be in accordance with ASTM B221, or equivalent, unless otherwise stated. Only AISI D2 tool steel parts shall be ultrasonically tested in accordance with drawing requirements.� Do not submit mild steel or 6061 aluminum parts to ultrasonic tests. � Welding � Welds shall achieve full penetration and contain no cracks, porosity, slag, or liner discontinuities. All welds shall be Dye Penatrant inspected per ASTM E1417 Type II, Method C, or equivalent.� Discontinuities exceeding the maximum size permitted by MIL-STD-1907, Grade A, Table III, or equivalent, are unacceptable. � Quality Control � Quality System and Quality Control Processes � The Contractor shall maintain a quality system in compliance with ISO 9001:2015 standards, or equivalent. � The Contractor shall maintain quality control processes to ensure products are in compliance with the applicable drawings, specifications, and contract. The Contractor shall maintain documentation to identify, record, and disposition nonconforming material or other characteristic discrepancies for the entire duration of this contract. � Acceptance of Product Final acceptance of deliverables will be determined by Government dimensional inspection and certification verification at Government destination.� The Government reserves the right to perform additional inspection and testing of hardware to verify acceptability. This may include testing at other facilities. � Discrepant Material � The Contractor shall disclose any discrepancies and non-conforming material to the Contracting Officer and TPOC immediately.� The Contractor shall address corrective and preventive actions appropriate for non-conforming material and shall report via a Failure Analysis and Corrective Action Plan (CDRL A004) within 30 days of the finding. � The Government may accept, at its discretion, discrepant material by providing written concurrence. � Packaging � The Contractor shall be responsible for packing and packaging of deliverables to prevent any potential damage during transport.� The Contractor shall label completed parts packaging to include component name, quantity, contract number, drawing number, revision, and manufacturer name and date. � Deliverables � The Technical Point of Contact and Contracting Officer (KO) for this contract will approve all deliverables as specified in each individual Delivery Order. Documentation � Certificates All certificates shall include the signature of the Contractor�s representative authorized to make such certification. The Government reserves the right to reject defective hardware submitted if the hardware or documentation does not successfully pass Government inspection or testing. The Contractor shall in such event promptly replace, correct, or repair the rejected hardware at the Contractor�s expense. � CDRL Spec Section Title A001 DI-NDTI-80809 3.2.1 Test/Inspection Report A002 DI-QCIC-81356 3.2.2 Certificate of Compliance A003 DI-MISC-80678 3.2.2 Certificate of Analysis A005 DI-SESS-81927 3.3.3 Failure Analysis and Corrective Action Plan � Hardware Delivery The Contractor shall notify the Contracting Officer 30 days in advance if the Contractor cannot meet the contract delivery schedule. The Contractor shall be responsible for coordinating and shipping all the units to the required destination. All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.213-Terms and Conditions-Simplified Acquisition (Other than commercial items. FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. � Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Email offers will be accepted. Response Time- Request for Quotation will be accepted not later than 1530 (3:30 p.m.) Easter Standard Time on 9 December 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/df325a0def29497eaf049dbbd3f3b576/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN05867062-F 20201206/201204230140 (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 |