Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

30 -- 30--CYLINDER ASSEMBLY,A, IN REPAIR/MODIFICATION OF

Notice Date
8/13/2024 3:53:34 AM
 
Notice Type
Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324RC499
 
Response Due
9/12/2024 11:00:00 AM
 
Archive Date
09/27/2024
 
Point of Contact
Telephone: 2156974516
 
E-Mail Address
MICHAEL.J.DICKENS1@NAVY.MIL
(MICHAEL.J.DICKENS1@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report (combo)||TBD|N00383|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| 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 (MAY 2024)|12|333613|750||||||||||| TYPE OF CONTRACT (APR 1984)|1|Firm fixed price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| This is a sole source repair requirement for the NIIN 015696951. Requesting cost and pricing data to be sent with proposal if the proposal exceeds $2,000,000. Requesting a Subcontracting Plan be subimtted with proposal if the proposal exceeds $750,000. 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 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. 2. APPLICABLE DOCUMENTS DRAWING DATA=ES3131 |80020| A| |A| | | | DRAWING DATA=MPR1221 |80020| T| |D| | | | DRAWING DATA=0107113 |80020| B| |A| | | | DRAWING DATA=0107245 |80020| B| |A| | | | DRAWING DATA=0107254 |80020| B| |A| | | | DRAWING DATA=0107256 |80020| B| |A| | | | DRAWING DATA=0108113 |80020| B| |A| | | | DRAWING DATA=0201008 |80020| 6| |A| | | | DRAWING DATA=0206001 |80020| B| |A| | | | DRAWING DATA=0402001 |80020| 2| |A| | | | DRAWING DATA=1022024 |80020| 6| |A| | | | DRAWING DATA=420394 |80020| G| |D| | | | DRAWING DATA=420395 |80020| K| |D| | | | DRAWING DATA=4910020 |80020| D| |A| | | | DRAWING DATA=4930008 |80020| B| |A| | | | DRAWING DATA=4940009 |80020| A| |A| | | | DRAWING DATA=4950009 |80020| C| |A| | | | DRAWING DATA=4960014 |80020| A| |A| | | | DRAWING DATA=4960015 |80020| B| |A| | | | DRAWING DATA=4970043 |80020| B| |A| | | | DRAWING DATA=4970052 |80020| C| |A| | | | DRAWING DATA=4980011 |80020| B| |A| | | | DRAWING DATA=4980081 |80020| B| |A| | | | DRAWING DATA=4980082 |80020| B| |A| | | | DRAWING DATA=4980176 |80020| A| |A| | | | DRAWING DATA=4980194 |80020| A| |A| | | | DRAWING DATA=4980195 |80020| A| |A| | | | DRAWING DATA=4980196 |80020| A| |A| | | | DRAWING DATA=4990005 |80020| D| |A| | | | DRAWING DATA=4990008 |80020| C| |A| | | | DRAWING DATA=514762 |80020|AJ| |D| | | | DRAWING DATA=9900013 |80020| B| |A| | | | 3. REQUIREMENTS Unique Requirements: a.All records pertaining to ALRE CAI manufacture and inspection/test shall be provided to the ALRE Cognizant Technical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years. 4. QUALITY ASSURANCE 4.1 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 ;Roy Janney NAWCADLKE QA / Tel: (732)-323-2834 / E-mail: roy.a.janney.civ@us.navy.mil; 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. QUALITY ASSURANCE REQUIREMENTS 1.First Article Testing: N/A 2. Production Lot Special Tests: N/A 3. 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. 4. 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) 4.2 . 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: ;APPLIES; 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 ( ; ; ) PENETRANT INSPECTION ( ; ; ) RADIOGRAPHIC INSPECTION ( ; ; ) ULTRSONIC INSPECTION ( ; ; ) HIGH SHOCK TEST ( ; ; ) MECHANICAL VIBRATION TEST 4.4 CRITICAL MANUFACTURING PROCESSES ( ; ; ) HEAT TREAT ( ; ; ) WELDING ( ; ; ) CADMIUM PLATING ( ; ; ) ENGINEERING CHROME PLATING ( ; ; ) NICKEL CHROME PLATING ( ; ; ) CASTING(S) ( ; ; ) FORGING(S) ( ;MPR1221; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS A ALRE CRITICAL APPLICATION ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET. NAVSUP REFERENCE ONLY: PROCUREMENT TDR 24-10039, OVERHAUL TDR 23-10064. THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS ""CRITICAL"" REQUIRING ENGINEERING SOURCE APPROVAL BY NAVAL AIR SYSTEMS COMMAND ONLY THOSE COMPANIES WHO HAVE SUBMITTED & BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANY COMPANY SUBMIT A SOURCE APPROVAL REQUEST AS OUTLINED IN THIS SOLICITATION. \ DATE OF FIRST SUBMISSION=ASREQ 16. REMARKS If the extent of the repair effort for this assembly is beyond the scope of the existing NAWCADLKE/NAVAIR approved overhaul/repair procedure for this assembly then the overhauling contractor or activity shall provide a step-by-step overhaul procedure for disassembly and reassembly. NAWCADLKE POC is Lewis Clayton, lewis.t.clayton.civ@us.navy.mil. The overhaul procedure shall be subject to NAVAIR approval prior to commencing overhaul. The procedure shall include SUGGESTED quality assurance ""hold points"" as required to ensure that any CSI/CAI components or processes that cannot be adequately inspected at final assembly are accessible for proper interim inspection.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ee3894c166247ec9a2c0adadd3f6cce/view)
 
Record
SN07168352-F 20240815/240813230123 (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.