SOLICITATION NOTICE
15 -- 15--COVER,ACCESS,AIRCRA
- Notice Date
- 5/29/2023 4:01:23 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
- N0038323QC520
- Response Due
- 6/26/2023 1:30:00 PM
- Archive Date
- 07/11/2023
- 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|N/a|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 (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|1250|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1A| 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 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 contractor shall include on the detailed process/operation sheets developed, (1) all in house manufacturing processes and (2) the identity of all manufacturing sources performing processes/operations outside their facility. These sheets shall not be revised or altered after the successful completion of First Article or Production Lot Testing without approval from the Basic Design Engineering activity, via the PCO. 1.4 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 1.5 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. 1.6 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. 1.7 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;628932; drawing number ( ;80020; ) ;NONE; , Revision ;APPLIES; and all details and specifications referenced therein. 1.8 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. 1.9 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. 1.10 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.11 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. 1.12 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.13 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. 1.14 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 2. APPLICABLE DOCUMENTS DRAWING DATA=MPR1221 |80020| T| |D| | | | DRAWING DATA=628932 |80020| | |D| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 CRITICAL MANUFACTURING PROCESSES ( ;N/A ; ) HEAT TREAT ( ;N/A; ) WELDING ( ;N/A; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;N/A; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;MPR 1221 APPLIES; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.2 . 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: ;ALL ACTUAL DIMENSIONS OF ANY MAJOR OR CRITICAL CHARACTERISTICS SHALL BE RECORDED. THE AMBEINT TEMPERATURE SHALL BE RECORDED AT TIME MEASUREMENTS ARE TAKEN. CERTIFICATIONS TO BE ON FILE FOR A MINIMUM OF SEVEN YEARS AFTER DELIVERYOF CONTRACT.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.3 SPECIAL INSPECTION REQUIREMENTS ( ;N/A; ) MAGNETIC PARTICLE INSPECTION ( ;APPLIES; ) SURFACE INSPECTION ( ;N/A; ) PENETRANT INSPECTION ( ;N/A; ) RADIOGRAPHIC INSPECTION ( ;N/A; ) ULTRSONIC INSPECTION ( ;N/A; ) HIGH SHOCK TEST ( ;N/A; ) MECHANICAL VIBRATION TEST 4.4 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ; ; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE NAVSUP REFERENCE ONLY: TDR 23-10033. THIS IS NON CRITICAL ITEM . 100% OPTION CLAUSE IS REQUESTED. TDP IS COMPLETE AND AMC/AMCS UPDATED. NO DRAWING UPDATE SHEET PROVIDED OR EXTERNAL DOCUMENTS:NAWC DRAWING UPDATE SHEET. 1.Due to the critical use of this material and/or its quality history, a pre-award survey is required. Unless specifically waived by NAWC QualityAssurance, NAWC quality assurance personnel shall participate in this survey.Notify the NAWC Quality Assurance branch, Code BL41600, Roy Janney,(732)-323-2834 of all pending pre-award surveys associated with thisprocurement. 2. A contract Post Award conference is required for this procurement. \
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1bb54170d994c729b6d2744f66c056a/view)
- Record
- SN06696671-F 20230531/230529230105 (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 |