SOLICITATION NOTICE
99 -- PUMP,CENTRIFUGAL
- Notice Date
- 7/21/2022 7:45:53 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010422QJF41
- Response Due
- 8/4/2022 10:00:00 PM
- Archive Date
- 08/20/2022
- Point of Contact
- Telephone: 2156970288
- E-Mail Address
-
MACKENZIE.CANNATARO@NAVY.MIL
(MACKENZIE.CANNATARO@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N7M1.P03|7EP|215-697-0288|MACKENZIE.CANNATARO@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT COMBO||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| EQUAL OPPORTUNITY (SEP 2016)|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 CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|333996|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THIS IS A REPAIR 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. EARLY AND INCREMENTAL DELIVERIES ACCEPTED AND PREFERRED. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Returnis defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract. Required RTAT: 66 days after receipt of asset Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commencesX/month (contractor fill in #). A throughput of ##____ per month reflects no throughput constraint. Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements describedwithin the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PUMP,CENTRIFUGAL . 1.2 ;Perform in accordance with this Technical data package and External documents.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 ;This Technical Data Package has external documents, that are required to perform the necessary requirements and repairs for this item. The following external documents are required: Fuel Transfer Pump 2525-1 and 2526-2 Refurb Procedures Rev. 03 23 June 2022 Figure 8-60 Transfer Pump IPB Figure 8-86 Service Pump IPB Table 6-3 Materials Table 6-32 Main fuel Boost Pump Test Equipment and Material List Sources must request external documents for solicitations and award. Sources should request documents from NAVSUP WSS Contracting Officer. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PUMP,CENTRIFUGAL repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;62228 2526-2 Repair in accordance with repair activity requirements, and the additional requirements of this Technical Data Package, and external documents.; 3.2 ;Perform in accordance with this Technical data package and External documents. This repair requirement is for NSN 4320 013186355 part number 2526-2. All requirements and procedures shall be followed, and those that are specific for part number 2526-2. Requirements and procedures that are specific to part number 2525-1 may be omitted.; 3.3 ;The following procedures are minimum requirements for complete disassembly, cleaning, inspection, refurbishment and repair of the 2525-1 and 2526-2 LCAC fuel pumps. Procedural order can be altered to improve workflow. 6-5.2.3 Disassembly: a. Conduct preliminary motor winding insulation resistance test. Grouped pins A,B,C,D (2525-1) and J,K,L,M on 2526-2. Any reading less than 1000 mega-ohms will require a new motor assy as part of the repair. b. Remove throat (5, Figure 8-60 / 8-68) flange by removing three attaching screws (6). Remove and discard O-rings (7 and 8). c. Remove impeller screw (9) and impeller (10). d. Remove shaft key (11) and, if used, shims (12 and 13). e. Remove electrical receptacle (2) with four attaching screws (1). f. Remove wires from back of receptacle to facilitate removing stator assembly.Mark all wire pin locations for reference during reassembly. g. Remove terminal lug wire (18) with screw (19). Remove and discard O-ring (3) h. Remove cover assembly (14) with four attaching screws (15) and washers (16).Remove and discard O-ring (17) from cover (14). i. Remove sleeve (20). j. Remove rotor assembly (22) from housing assembly (31). k. Extract stator assembly (23) from housing (31) by heating housing (31) to 250 +/- 10 ?F l. Remove Dowel (21) from stator assembly (23). 6-5.2.4 Cleaning: a. Refer to Table 6-3 and Table 6-6 for recommended cleaning materials. Equivalent cleaning materials may be substituted for the items listed. b. Clean all nonmetallic parts by wiping with clean, lint-free tissues or cloth slightly moistened with isopropyl alcohol. c. Immerse all nonelectrical components in cleaning solvent or detergent. Dip components in and out of solvent to clean all passages. d. Using a stiff, nonmetallic brush moistened with cleaning solvent, clean all machined surfaces to remove accumulations of foreign matter. Pump housing may require media blast cleaning to remove all corrosion and provide proper surface preparation for new anodize (clear or red) coating. e. If detergent is used, clean parts with water. Dry all parts using lint-free, clean cloth and/or clean compressed air at 15 psig maximum. f. Clean electrical receptacle and stator assembly with a clean, lintfree cloth slightly moistened with cleaning solvent. g. Dry all parts using a lint-free cloth and/or clean compressed air at 15 psig. 6-5.2.5 Repair or Replacement: a. Refer to Table 6-3 and Table 6-6 for recommended repair materials materials(not an all inclusive list). Equivalent repair materials may be substituted. b. Remove and polish out minor burrs, nicks, and scratches on metal parts. Use crocus cloth for steel parts and aluminum oxide-abrasive cloth for aluminum parts. Glass bead blasting for larger exterior surface prep. c. Apply a protective chemical film to repair a worn anodized finish or to protect an aluminum surface finish. Exterior pump housing surfaces shall receive all new anodize coating (clear or red). d. Repair threaded parts, if damage to one thread is 50 percent or less, by chasing threads with appropriate tap or die. Replace all threaded parts with greater than one thread/50% loss damage. e. When disconnecting an electrical lead from a connector, mark the pin position of the lead to aid in reassembly. f. Prepare ends of a lead for terminal or pin connection by removing 1/4 inch of insulation from ends of lead. g. Solder leads to connector pin or terminal using solder per MIL-STD-454. h. Shrink all heat-shrink tubing in place using a Thermogun. i. Make a replacement lead using the appropriate wire and the removed lead as a template. j. Replace all O-rings regardless of condition.c 6-5.2.6 Inspection: NOTE: Replace any part that fails to meet the requirements of the inspections with a serviceable part.; 3.4 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.5 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 ;Perform in accordance with this Technical data package and External documents. ; 4.2 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a 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 assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.5 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 4.6 ;Upon completion of testing each pump will be packaged with an Acceptance Test Data sheet listing actual recorded parameters for all test steps listed above. Any substitution, reduction or modification in scope/criteria of this procedure must be approved by the Government. Repair activity will submit proposed Repair Practices, Procedures, and Acceptance Test Procedures for both the 2525-1 and 2526-2 LCAC Fuel Pumps for Government approval prior to conducting any repair work. Repair activity shall submit proposed Repair Practices, Procedures, and Acceptance Test Procedures to NAVSUP WSS Technical, via NAVSUP WSS Contracting Officer. NAVSUP Technical will submit documents to the In-Service Engineering Activity (ISEA) for review and approval. ISEA will need 10 working days for review and approval. If submission is returned back to repair activity for additional comments or updates, repair activity will have 10 working days to submit for final approval. Repair Activity shall provide documentation in adobe acrobat version, 7.0 or later.; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 ;Perform in accordance with this Technical data package and External documents. ; DATE OF FIRST SUBMISSION=ASREQ Block 10, 12 - Submit one copy of the repair procedure prior to performing any repair work. Repair activity will submit proposed Repair Practices, Procedures, and Acceptance Test Procedures for both the 2525-1 and 2526-2 LCAC Fuel Pumps for Government approval prior to conducting any repair work. Repair activity shall submit proposed Repair Practices, Procedures, and Acceptance Test Procedures to NAVSUP WSS Technical, via NAVSUP WSS Contracting Officer. NAVSUP Technical will submit documents to the In-Service Engineering Activity (ISEA) for review and approval. ISEA will need 10 working days for review and approval. If submission is returned back to repair activity for additional comments or updates, repair activity will have 10 working days to submit for final approval. Repair Activity shall provide documentation in adobe acrobat version, 7.0 or later.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6bd5e9ff0c34c62856a21ac6ee92085/view)
- Record
- SN06398133-F 20220723/220721230125 (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 |