United States - 17--barrel assembly,air

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
03 October 2024
Opportunity publication date
04 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N792.11|T2T|N/A|Katlyn.m.galetto.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X||||||||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X||||||||||||||
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) Type|Source|TBD|N00383|TBD|TBD|See Schedule |TBD|||||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
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||||||||||||
LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1||
LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1||
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|336413|1,250|||||||||||
FACSIMILE PROPOSALS (OCT 1997)|1||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1A|
This solicitation will be using competitive procedures.
This solicitation is for made new manufacture spare parts.
This requirement will be awarded to the offeror based on the following evaluation criteria.
Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity.
Please include in your quote unit price, extended price, lead time and quote expiration date.
The closing date for this solicitation is listed on page 1.
The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date.
The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated.
Source Approval Statement applies to this NSN. This is a limited competition;approved sources are NWI PRECISION TUBE ULC (Cage: L0JP2 ) and HAMILLMANUFACTURING CO (17661). It is expected that award will be made to one ofthese firms.
Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval.
For information or questions regarding this notice, please contact Katlyn Galetto at the email address: Katlyn.m.galetto.civ@us.navy.mil.
NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission.
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 e-mail. 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 Sampling rates (AQLs) indicated below shall be used in accordance with
ANSI Z1.4 for Single Sampling and a General Inspection Level of II.
1.5 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.
1.6 Contractor shall develop a system for identification of individual
piece parts for traceability purposes. Markings shall not be permanent.
1.7 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.
1.8 For minor characteristics, a sampling rate determined by the contractor
and subject to QAR approval will be used.
1.9 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.
1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;627366-1; ) ;80020; , Revision ;G; and all details and specifications referenced therein.
1.11 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.
1.12 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=MPR 1072 |80020| -| |D| | | |
DRAWING DATA=NAEC-ENG-6518 |80020|BP| |D| | | |
DRAWING DATA=NAWCADLKE-MISC-482400-0025 |80020| D| |D| | | |
DRAWING DATA=427738 |80020| C| |C| | | |
DRAWING DATA=524237 |80020| B| |D| | | |
DRAWING DATA=524238 |80020| G| |D| | | |
DRAWING DATA=524239 |80020| A| |A| | | |
DRAWING DATA=627366 |80020| G| |D| | | |
3. REQUIREMENTS - NOT APPLICABLE
4. QUALITY ASSURANCE
Unique Requirements:
a. SEE OFFICIAL REMARKS.
b. All records pertaining to ALRE CSI/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.
2. Interim Inspection Requirements:
The following item(s) requires an Interim Inspection at the contractor's location:
a. P/N 627366-1, Barrel Assembly (CSI):
i. Verification of material properties per Note 10 of Drawing 627366 (M129).
ii. Witness of penetrant inspection per Notes 11 and 19 of Drawing 627366 (M124, M130).
iii. Witness of ultrasonic inspection per Note 15 of Drawing 627366 (M125).
iv. Witness of critical and major dimensional inspections per Drawing 627366 and per NAEC-ENG-6518.
b. P/N 524238-1, Screw (CSI):
i. Verification of material properties per Note 2 of Drawing 524238 (M104).
ii. Witness of hardness testing per Note 3 of Drawing 524238 (C1).
iii. Witness of penetrant inspection per Note 4 of Drawing 524238 (C2).
iv. Witness of dimensional inspection per Drawing 524238 (M103).
3. ALRE CSI parts require certification.
a. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall bein the same methodology as
the drawing note for part marking, and in same area as part marking (next to, above, or below).
4. Receipt inspection and Certification of Sub-Components:
a. P/N 524238-1 shall be certified at the time of interim inspection. Part will be certified and marked as directed by NAWCADLKE prior to assembly.
5. Receipt Inspection and Certification of the Top Assembly:
a. The receipt Inspection and Certification of the Top Assembly, P/N 627366-1, shall occur during the final inspection.
6. Contractor Assist and Part Marking:
a. The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specified herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel,
to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services
and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100%of the production quantities. Aspart of the MRI process, the NAWCADLKE QA representative will
provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI).
QUALITY ASSURANCE REQUIREMENTS:
1. The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows:
a. Because of the critical nature of this material, a representative of the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is available to furnish technical assistance on Quality Assurance (QA) matters and shall have the option of conducting
QA surveillance for the first lot produced under this contract (and all subsequent lots if necessary). This requirement will be performed in conjunction with the government QAS of the cognizant Defense Contract Management Activity and does not abrogate the
authority or responsibility of the designated government QAS. The contractor agrees to notify Roy Janney, Roy.a.janney.civ@us.navy.mil, of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to
the DCMA government QAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the optionof being present during the inspection. A minimum of fourteen (14) working days is required to arrange the surveillance visit.
Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts.
b. Due to the critical nature of this item, it is necessary to conductin-process inspections on critical component features, attributes, or manufacturing processes. The contractor agrees to notify Roy Janney,Roy.a.janney.civ@us.navy.mil, of the NAWC QA section
Code, BL41600, Lakehurst,NJ 08733-5035 and the PCO when material is scheduled for the interim inspection(s) that are identified herein. This notice shall afford the NAWCADLKE QA representative the option of being present during theinspection. A minimum of seven
(7) working days is required to arrange the surveillance visit. Notification shall include the following information:Company Name, Cage Code, Phone number, Fax number, Contract number, Point ofContact, Part Nomenclature, Part Number, NIIN, Type of Inspection,
and Quantity of parts.
2. 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 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 defined by ANSI Z1.4.
3. The material covered in this contract/purchase order will be used in a crucial shipboard system supporting 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 Safety Item (CSI) material and special control procedures are invoked to ensure receipt of correct material.
4. First Article Testing:
a. The contractor is responsible for meeting all the first article testing requirements detailed in NAWC-MISC-482400-0025. Notes 16 and 22 of Drawing 627366 refer.
5. Production Lot Special Tests: N/A
6. 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.
7. 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)
4.1 Review documentation as provided under DD 1423 requirements.
4.2 CRITICAL MANUFACTURING PROCESSES
( ;APPLIES; ) HEAT TREAT
( ; ; ) WELDING
( ; ; ) CADMIUM PLATING
( ; ; ) ENGINEERING CHROME PLATING
( ; ; ) NICKEL CHROME PLATING
( ; ; ) CASTING(S)
( ; ; ) FORGING(S)
( ;APPLIES; ) MPR (MATERIAL PROCESSING REQUIREMENTS)
4.3 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below
4.3.1 Dimensional test (special)
;CLOSE MACHINE TOLERANCES;
4.3.2 Requirements of:
;LKE DRAWING PACKAGE;
4.3.3 Form
;APPLIES;
4.3.4 Fit
;N/A;
4.3.5 Function
;N/A;
4.3.6 Compliance with drawing ( ;627366; ) ;REV G; , Revision ;80020; and specifications referenced therein.
4.4 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirements
4.5 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection
4.6 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing.
4.6.1 The QAR shall be present to witness all First Article Testing.
4.6.2 The following additional personnel shall witness the First Article Testing: ;Roy Janney NAWCADLKE QA / Tel: (732)-323-2834
E-mail: roy.a.janney.civ@us.navy.mil;
4.7 Disposition of FAT samples
4.7.1 ; ; Sample(s) may be destroyed during testing.
4.7.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the
sample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment.
4.8 Test Sample Coating Instructions
4.8.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required.
4.9 Notice to Government of Testing at the contractors facility.
4.9.1 FAR 52.209-3 applies
(A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;80020; ; ), Part Number ;627366-1; ; , Revision ;G; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, the contractor
shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests.
(B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;PCO; ;
The contractor shall mark the report "First Article Test Report" and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements.
(C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional
approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the
contractor. A notice of disapproval shall cite reasons for disapproval.
(D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the First
Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver another
report to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any
additional costs to the Government related to these tests.
(E) If the contractor fails to present any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract.
(F) Unless otherwise provided in the contract, and if the approved First Article is not consumed or destroyed in testing, the contractor may deliver the approved First Article as part of the contract quantity if it meets all contract requirements for
acceptance.
(G) If the Government does not act within the time specified in paragraph (C) above the contracting officer, shall, upon timely written request from the contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates
and/or the contract price, and any other contractual term affected by the delay.
(H) Before First Article Approval, the acquisition of materials or components for, or the commencement of production or, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be
allocated to this contract for 1) progress payments, or 2) termination settlements if the contract is terminated for the convenience of the Government. The contractor is responsible for providing operating and maintenance instructions, spare parts, and repair
of the First Article during any First Article test.
(I) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to the effect with each First Article.
(J) The test report (2 copies) shall be in accordance with MIL-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant DCMC to NAVSUP, ATTN: (Cite name and code in Block 10.a of the SF33). The DCMC shall provide comments on
Form DD1222 (2 copies) which shall be forwarded with the test report. Approval of the test report is the PCO's responsibility. Upon notification of approval, condition approval, the ACO shall execute the DD250 to indicate Government acceptance of the test
report.
4.10 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate)
(A) Unless otherwise specified in the solicitation, NAVSUP WSS reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the
Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that:
(I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and
(II) the production location to be used for this requirement is the same as used for the previous production run.
Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that:
(I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer,
and
(II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause.
(NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States
Code, Section 1001.)
(B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and
one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First
Article Approval Requirements
(C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the
government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule
he offers to the government.
Offeror's Proposed Alternate Delivery Schedule
(Based on waiver of First Article Approval Requirements)
Within Days:
Item No. _____________ Quantity:_______ After Date of Contract:_________
4.11 . 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:
;Roy Janney NAWCADLKE QA / Tel: (732)-323-2834
E-mail: roy.a.janney.civ@us.navy.mil;
C. Major and Minor characteristics
1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications.
4.12 SPECIAL INSPECTION REQUIREMENTS
( ; ; ) MAGNETIC PARTICLE INSPECTION
( ;APPLIES; ) SURFACE INSPECTION
( ;APPLIES; ) PENETRANT INSPECTION
( ; ; ) RADIOGRAPHIC INSPECTION
( ;APPLIES; ) ULTRSONIC INSPECTION
( ; ; ) HIGH SHOCK TEST
( ; ; ) MECHANICAL VIBRATION TEST
4.13 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.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
THIS IS AN ALRE CRITICAL SAFETY ITEM. FOR DRAWING UPDATES SEE DRAWING UPDATE SHEET
NAVSUP REFERENCE ONLY: PROCUREMENT TDR 24-10048A)
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 REQUEST AS OUTLINED IN THIS SOLICITATION.
\

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS Inspection/Certification data needed to substantiate the Quality of the First Article Test unit shall be included in First Article unit packaging. The outside of the package that contains the data shall be clearly marked "INSPECTION/CERTIFICATION DATA
INCLUDED".
Data Requirements:
a. Copies of all approved requests for variations.
b. Surface finish (of bare metal) per Drawing 627366.
c. Identification per Note 3 of Drawing 627366.
d. Dimensional inspection per Notes 3 and 13 of Drawing 627366 and per Field of Drawing 627366.
e. Thread dimensions and designations per Note 4 of Drawing 627366. Documentation shall include verification that the pitch and functional diameters were 100% inspected in accordance with System 22 of FED-STD-H28/20.
f. Assembly per Notes 6, 8, and 18 of Drawing 627366.
g. Material properties per Note 10 of Drawing 627366.
h. Penetrant inspection per Notes 11 and 19 of Drawing 627366.
i. Ultrasonic inspection per Note 15 of Drawing 627366.
j. Process requirements per Notes 16 and 22 of Drawing 627366.
k. Shot peening per Note 20 of Drawing 627366.
l. Surface finish (of bare metal) per Note 2 of Drawing 427738.
m. Material properties per Note 3 of Drawing 427738.
n. Heat treatment per Note 4 of Drawing 427738.
o. Penetrant inspection per Note 5 of Drawing 427738.
p. Identification per Note 6 of Drawing 427738.
q. Dimensional inspection per Drawing 427738.
r. Thread dimensions and designations per Note 2 of Drawing 524237. Documentation shall include verification that the pitch and functional diameters were 100% inspected in accordance with System 22 of FED-STD-H28/20.
s. Material properties per Note 3 of Drawing 524237.
t. Penetrant inspection per Note 4 of Drawing 524237.
u. Surface roughness per Note 5 of Drawing 524237.
v. Dimensional inspection per Drawing 524237.
w. Dimensional inspection per Notes 1 and 8 of Drawing 524238 and per Field of Drawing 524238.
x. Material properties and heat treatment per Note 2 of Drawing 524238.
y. Hardness testing per Note 3 of Drawing 524238.
z. Penetrant inspection per Note 4 of Drawing 524238.
aa. Identification per Note 5 of Drawing 524238.
bb. Surface finish (of bare metal) per Notes 9 and 10 of Drawing 524238.
cc. Nut configuration per Note 1 of Drawing 524239.
dd. Material properties per Note 2 of Drawing 524239.
ee. Heat treatment per Note 3 of Drawing 524239.
ff. Penetrant inspection per Note 4 of Drawing 524239.
gg. Identification per Note 5 of Drawing524239.
hh. Dimensional inspection per Note 6 of Drawing and per Field of Drawing 524239.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
Data Requirements:
a. Copies of all approved requests for variations.
b. Surface finish (of bare metal) per Drawing 627366.
c. Identification per Note 3 of Drawing 627366.
d. Dimensional inspection per Notes 3 and 13 of Drawing 627366 and per Field of Drawing 627366.
e. Thread dimensions and designations per Note 4 of Drawing 627366. Documentation shall include verification that the pitch and functional diameters were 100% inspected in accordance with System 22 of FED-STD-H28/20.
f. Assembly per Notes 6, 8, and 18 of Drawing 627366.
g. Material properties per Note 10 of Drawing 627366.
h. Penetrant inspection per Notes 11 and 19 of Drawing 627366.
i. Ultrasonic inspection per Note 15 of Drawing 627366.
j. Process requirements per Notes 16 and 22 of Drawing 627366.
k. Shot peening per Note 20 of Drawing 627366.
l. Surface finish (of bare metal) per Note 2 of Drawing 427738.
m. Material properties per Note 3 of Drawing 427738.
n. Heat treatment per Note 4 of Drawing 427738.
o. Penetrant inspection per Note 5 of Drawing 427738.
p. Identification per Note 6 of Drawing 427738.
q. Dimensional inspection per Drawing 427738.
r. Thread dimensions and designations per Note 2 of Drawing 524237. Documentation shall include verification that the pitch and functional diameters were 100% inspected in accordance with System 22 of FED-STD-H28/20.
s. Material properties per Note 3 of Drawing 524237.
t. Penetrant inspection per Note 4 of Drawing 524237.
u. Surface roughness per Note 5 of Drawing 524237.
v. Dimensional inspection per Drawing 524237.
w. Dimensional inspection per Notes 1 and 8 of Drawing 524238 and per Field of Drawing 524238.
x. Material properties and heat treatment per Note 2 of Drawing 524238.
y. Hardness testing per Note 3 of Drawing 524238.
z. Penetrant inspection per Note 4 of Drawing 524238.
aa. Identification per Note 5 of Drawing 524238.
bb. Surface finish (of bare metal) per Notes 9 and 10 of Drawing 524238.
cc. Nut configuration per Note 1 of Drawing 524239.
dd. Material properties per Note 2 of Drawing 524239.
ee. Heat treatment per Note 3 of Drawing 524239.
ff. Penetrant inspection per Note 4 of Drawing 524239.
gg. Identification per Note 5 of Drawing 524239.
hh. Dimensional inspection per Note 6 of Drawing and per Field of Drawing 524239.

DATE OF FIRST SUBMISSION=030 DAC
16. REMARKS:
(BLOCK 2) Proposed Critical Manufacturing Process Description
(BLOCK 3) Description of Forming Process and Heat Treatment for Barrel
(BLOCK 4) DI-CMAN-81012A
(BLOCK 5) Para 3.2.1 of NAWCADLKEMISC-482400-0025.
Data Requirements

DATE OF FIRST SUBMISSION=030 DAC
16. REMARKS:
(Block 4) Paragraphs 3.2.2 and 3.2.2.1 of NAWCADLKE-MISC-482400-0025 apply
(BLOCK 5) Para 3.2.2 of NAWCADLKEMISC-(Block 12)482400-0025
(Block 12) Date for First Submission: 30 DAC. Next submission required when manufacturing plan has been revised, NLT 15 days before the original date of the affected milestone.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 5) Para 3.2.2.2 of NAWCADLKE-MISC-482400-0025
(Block 12) Date for First Submission: 30 days after start of production.
(Block 13) Date of Subsequent Submission: Subsequent reports to be submitted no later than the 5th day of the month (for the month proceeding). Local DCMA/NSEO QAR verification required on all status reports.

DATE OF FIRST SUBMISSION=090 DAC
16. REMARKS:
(BLOCK 5) Para 3.7.3 of NAWCADLKEMISC-482400-0025
Approval or reason for disapproval shall be given no later than 30 days after receipt by the NAVAIR LAKEHURST.
The Hazardous Materials Management Program (HMMP) Plan is prepared by the contractor.

DATE OF FIRST SUBMISSION=090 DAC
16. REMARKS:
(BLOCK 5) Para 3.7.4 of NAWCADLKEMISC-482400-0025
The Hazardous Materials Management Program (HMMP) Report is prepared by the contractor.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 5) Para 3.8 of NAWCADLKEMISC-482400-0025
(Block 14) Distribution: DD1998 signed by the cognizant DCMAO representative shall be submitted with Engineering Change Proposal to NAVAIR LAKEHURST Code BL14000.
Block 6: Forward additional copy to ASO code cited in block 10.A on page 1. 1.This Data Item Description (DID) contains the format, content and preparation instructions for the data product resulting from the work task described in paragraphs 5.4.2.3.5 and
5.4.2.4.1, or 5.4.8.2.1 of MIL-STD-973. This DID is used in conjuction with a Notice of Revision (NOR), DI-CMAN-80642B and/or a Specification Change Notice (SCN), DI-CMAN-80643B. A requirement for NORs and SCNs, as applicable, should be contractually imposed in
conjunction with this DID.
2. Format and Content: The Engineering Change Proposal format and content shall be in accordance with Apendix D of MIL-STD-973.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 5) Para 3.8 of NAWCADLKEMISC-482400-0025
(Block 14) Distribution: DD1998 signed by the cognizant DCMAO representative shall be submitted with Request for Deviation to NAVAIR LAKEHURST Code BL14000
1. This DID supercedes DI-CMAN-80640B and DI-CMAN-80641B
2.A Request for Deviation describes a proposed departure from a nonconformance with the contractually-specified configuration documentation for a specific number of units or for a specified period of time.
3.Format and content. The Request for Deviation (RFD) shall be prepared in contractor format. The RFD content shall include the consideration to be provided if the government accepts the deviation and, where applicable, the following information:
a. A complete description of the contract requirement affected and the nature of the deviation (non-conformance
b. Number of units (and serial/lot numbers) to be delivered in this configuration.
c. Any impacts to logistics support elements (such as software, manuals, spares,tools, and similar) being utilized by government personnel or to the operational use of the product.
d.Information about remedial actions being taken to prevent reoccurrence of the non-conformance.
The following references may be useful in defining content:
MIL-HDBK-61, Configuration Management Guidance (paragraph 4.3 and Table 4-9
ANSI/EIA-649-1998, National Consensus Standard for Configuration Management (paragraph 5.3.4).

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 5) Para 3.8 of NAWCADLKEMISC-482400-0025
(Block 14) Distribution: DD1998 signed by the cognizant DCMAO representative shall be submitted with Request for Waiver to NAVAIR LAKEHURST Code BL14000
Block 6: Forward additional copy to ASO code cited in block 10.A on page 1. 1. This Data Item Description (DID) contains the format, content, and preparation instructions for the
data product resulting from the work task described in paragraph 5.4.4.4 or 5.4.8.4.3 of MIL-STD-973. 2. Copies of the Request for Waiver form are available from the DODSSP, Standardization Documents Order Desk, Building 40, 700 Robbins Avenue,
Philadephila, PA 19111-5094. 3. Format and content: The Request for Waiver format and content shall be in accordance with Appendix E of MIL-STD-973.

DATE OF FIRST SUBMISSION=045 DAC
16. REMARKS:
(BLOCK 2) DI-QCIC-81110
(BLOCK 5) Para 4.2.1.2 of NAWCADLKE-MISC-482400-0025
Approval or reason for disapproval shall be no later than 30 days after receiptby the NAVAIR LAKEHURST.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 3) First Article and Unit Production Inspection Reports
(BLOCK 5) Para 4.2.1.3, 4.3.1, and 4.3.2 of NAWCADLKE-MISC-482400-0025
(Block 12) Date of First Submission: Report shall be submitted 30 Days prior topart delivery to the NAVAIR LAKEHURST.
Approval or reason for disapproval shall be no later than 30 days after receiptby the NAVAIR LAKEHURST.

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 2) Quality Conformance Inspection & Test Procedures
(BLOCK 3) Manufacturer's First-Article and Production Inspection Procedure
(BLOCK 4) DI-RELI-80322
(BLOCK 5) Para 4.3.1.1 and 4.3.2.1 of NAWCADLKE-MISC-482400-0025
(Block 12) Date of First Submission: 45 DAC for First Article Inspection Procedure and 120 DAC for Production Inspection Procedure.
Approval or reason for disapproval shall be no later than 30 days after receiptby the NAVAIR LAKEHURST.

DATE OF FIRST SUBMISSION=045 DAC
16. REMARKS:
(BLOCK 2) Calibration System Description
(BLOCK 4) DI-QCIC-80906
(BLOCK 5) Para 4.4 of NAWCADLKEMISC-482400-0025

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 2) Certification Data for Non-Nuclear Level I Material.
(BLOCK 3) Reports for Chemical and Mechanical Properties
(BLOCK 4) DI-MISC-81020
(BLOCK 5) Para 4.5 of NAWCADLKE-MISC-482400-0025
(Block 12) Date of First Submission: 15 days after receipt of material at manufacturer's facility. Submission required prior to utilizing material for manufacture.
(Block 13) Date of Subsequent Submission: 30 Days prior to part delivery to NAVAIR LAKEHURST.
Reports are to be prepared for all Chemical Composition and Mechanical Properties tests, including the following tests, which are specifically addressed in Report No. NAWCADLKE-MISC-4842400-0025;
Paragraph:
4.5.1.1 Tensile Tests (for Barrel)
4.5.1.2 Fracture Toughness Tests (for Barrel)
4.5.1.3 Axial Fatigue Tests (for Barrel)
4.5.1.4 Fatigue Crack Growth Rate Tests (for Barrel)
4.5.3.1 Tensile Tests (for Blank Plate)
4.5.3.2 Fracture Toughness (for Blank Plate)
4.5.5 Mechanical Property Tests (for Inconel Fasteners)

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 3) Reports for Non-destructive Tests and Shot Peening
(BLOCK 5) Para 4.6 of NAWCADLKE-MISC-482400-0025
(Block 12) Date of First Submission: Report shall be submitted 30 Days prior to part delivery to NAVAIR LAKEHURST.
Reports are to be prepared for all Non-Destructive Tests and Shot Peening, including the following tests which are specifically addressed in Report No. NAWCADLKE-MISC-4842400-0025;
Paragraph:
4.5.2.1 Ultrasonic Inspection (for Barrel)
4.5.2.2 Liquid Penetrant Inspection (for Barrel)
4.5.2.3 Liquid Penetrant Inspection for Special Areas At Forward Lug (for Barrel)
4.5.2.4 Test and Inspections for Shot Peened Surfaces (for Barrel)
4.5.4.1 Liquid Penetrant Inspection (for Blank Plate)
4.5.6.1 Liquid Penetrant Inspection (for Inconel Fasteners)

DATE OF FIRST SUBMISSION=ASREQ
16. REMARKS:
(BLOCK 2) Steam Catapult Inspection Records Forms & Procedures for Certain Components.
(block 3) Inspection Report for Special Characteristics on Barrel
(Block 4) Authority: Pages 3 and 4 of Report No. NAEC-ENG-6518 for forms. Pages 1, 2, and 2A of Report No. NAEC-ENG-6518 for instructions.
(block 5) Para 4.6 of NAWCADLKE-MISC-482400-0025
(Block 12) Date of First Submission: 30 Days prior to part delivery to NAVAIR LAKEHURST.
(Block 13) Date of Subsequent Submission: Report shall accompany barrel when shipped to the NAVAIR LAKEHURST. Copies of certification of compliance for material, heat treat, dye penetrant inspection, ultrasonic testing and dimensional inspections of drawing
Numbers 427738, 524237, 524238, and 524239 shall accompany the barrel when shipped to the NAVAIR LAKEHURST.

Opportunity closing date
03 October 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?