SOLICITATION NOTICE
17 -- 17--DRUM,ROTARY ENGINE, IN REPAIR/MODIFICATION OF
- Notice Date
- 4/9/2025 11:25:34 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
- N0038325QC382
- Response Due
- 5/5/2025 1:30:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Telephone: 2156970000
- E-Mail Address
-
BRIAN.T.KENT.CIV@US.NAVY.MIL
(BRIAN.T.KENT.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N792.13|2F3|n/a|Brian.t.kent.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo|Source|TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025) (DEVIATION 2025-O0003)|12|336413|1250||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO,A1A| This RFQ is for repair. NAVSUP WSS requests that contractors submit a quote that includes either a firm-fixed price or TT&E pricing as well as estimate costs to repair this item. This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification. \ 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. 1.5 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;509303; drawing number ( ;80020; ) ;MOST CURRENT REVISION; , Revision ;NAWCADLKE DRAWING PACKAGE; and all details and specifications referenced therein. 1.6 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. 1.7 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=MPR26 |80020| A| |D| | | | DRAWING DATA=509303 |80020| P| |A| | | | 3. REQUIREMENTS 1.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. b.The contractor/overhaul activity shall provide the repair procedure they willfollow to NAWCADLKE engineering for review and approval prior to commencing repairs. The repair procedure shall be forwarded per the Overhaul/Repair Procedure CDRL provided in this document. NAWCADLKE engineering POC is matthew.p.chinnici.civ@us.navy.mil. 4. QUALITY ASSURANCE QUALITY ASSURANCE REQUIREMENTS The paragraphs shown below, when referenced on the QM1006 checklist, provide the detailed Quality Assurance requirements to be used for the particular procurement. These paragraphs shall only apply when the corresponding ""Yes"" block has been checked on the associated checklist. 1.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 de-fined by ANSI Z1.4. d.Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 and the General Inspection Level II as de-fined by ANSI Z1.4. 2.First Article Testing: N/A 3.Production Lot Special Tests: N/A d.Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 and the General Inspection Level II as de-fined by ANSI Z1.4. 4.For purposes of this TDR, the term NDT shall refer to the following methods: MT - Magnetic Particle Testing, PT - Penetrant Inspection, UT - Ultrasonic TestRT - Radiographic Testing, and VT - Visual Testing. 5.Companies performing NDT shall be NADCAP accredited, or a laboratory accredited by one of the organizations listed be-low 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 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) ( ;MPR26; ) 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 MAJOR/CRITICAL CHARACTERISTICS ARE TO BE RECORDED. RECORD TIME AND AMBIENT TEMPERATURE WHEN MEASUREMENTS ARE TAKEN.CERTIFICATIONS TO BE ON FILE.; 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 ;ROY JANNEY NAWC QA FAX (732) 323-1381.; 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. 4.5 IN PROCESS INSPECTION REQUIREMENTS: 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 shall notify the PCO and NAWC via email or TELEFAX PCO and NAWC Lakehurst QA ; ; to arrange for the in-process inspection. A minimum of 10 days is needed for advance notice for each occurrence. The authority of the QAR shall not be abrogated. The QAR shall verify that timely notification was given all parties listed below. CHARACTERISICS TO BE INSPECTED: ; ; ; ; ; ; ; ; ; ; ; ; 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS AN ALRE CRITICAL APPLICTION ITEM. OR DRAWING UPDATES SEE DRAWING UPDATE SHEET FOR NAVICP REFENCENCE ONLY:PROCUREMENT TDR 24-10091:REPAIR TDR 24-10160 THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS ""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 APPROVALREQUEST AS OUTLINED LATER IN THIS SOLICITATION. DATE OF FIRST SUBMISSION=ASREQ 12. DATE OF FIRST SUB-MISSION Prior to commencing overhaul 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 engineering POC is matthew.p.chinnici.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/f91f8d51507d405892fb98639c2b5915/view)
- Record
- SN07402758-F 20250411/250409230056 (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 |