United States - 17--fsib,aircraft,mater, in repair/modification OF

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
20 September 2024
Opportunity publication date
21 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N762.06|2A1|215-697-3215|jason.sklencar@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||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT ||TBD|N00383|TBD|TBD|See Schedule|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect|||||
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 (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|1250|||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|
THIS REQUEST FOR PROPOSAL/ QUOTE (RFP/Q) IS FOR THE REPAIR OF: FSIB,AIRCRAFT,MATER
NSN: 7RH 1710 015504243 EY
PN: 2056AS0700-G01
QUANTITY: (3) EA
PLEASE SUBMIT QUOTE VIA EMAIL TO (connor.c.lewis.civ@us.navy.mil) BY THE DUE DATE SPECIFIED ON PAGE 1, BLOCK 10.
IF A FIRM FIXED PRICE (FFP) CANNOT BE DETERMINED, PLEASE INFORM THE PCO.
THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD.
IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH
YOUR PROPOSAL, THE INFORMATION DETAILED IN THE NAVSUP WSS SOURCE
APPROVAL BROCHURE WHICH CAN BE OBTAINED ONLINE AT
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
UNDER "COMMODITIES." OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA
REQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR
APPROVAL REQUEST SUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME
AND / OR APPROVAL REQUIREMENTS PRECLUDE THE ABILITY TO OBTAIN SUBJECT
ITEMS IN TIME TO MEET GOVERNMENT REQUIREMENTS, AWARD OF REQUIREMENT
MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS.
\
1. SCOPE
1.1 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.
1.2 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document.
1.2.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements.
Repair of:
FSIB,AIRCRAFT,MATER ;1710-01-550-4243; NSN , ;2056AS700-G01; Part Number, Shall be performed IAW: FSIB,AIRCRAFT,MATER ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS. REV T; Publication (s).
1.2.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed throught the Local DCMA/ACO office for review and
recommendations via form 1998.
1.3 Sampling rates (AQLs) indicated below shall be used in accordance with
ANSI Z1.4 for Single Sampling and a General Inspection Level of II.
1.4 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.
1.5 Contractor shall develop a system for identification of individual
piece parts for traceability purposes. Markings shall not be permanent.
1.6 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.
1.7 For minor characteristics, a sampling rate determined by the contractor
and subject to QAR approval will be used.
1.8 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.
1.9 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;30003; ) ;2056AS0700-G01; , Revision ;T; and all details and specifications referenced therein.
1.10 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.
1.11 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 - NOT APPLICABLE
3. REQUIREMENTS
3.1 1.0 GENERAL
3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable
condition.
3.2 2.0 DEFINITIONS.
3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term "contract" encompasses a contract, an order, or a project work order.
3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested
in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled).
3.2.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and
tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired).
3.3 3.0 SCOPE
3.3.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property,
including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and
shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items.
3.3.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary
facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition:
FSIB,AIRCRAFT,MATER ;2056AS0700-G01; P/N, ;1710-01-550-4243; NSN, ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS. REV T; Tech Publications
3.3.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW.
Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s).
3.4 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration
Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes
to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change.
3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any
delivered items repaired using such unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a
requested change to manuals, drawings, specifications, or to a repair source or facility.
3.4.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the Government shall be
read as the "Government Designated Agency"
3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential
diagrams of processes, as well as the performance specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test.
3.4.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be
used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be
BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of
the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any
disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements.
3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not
included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such
determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI
SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather,
repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract.
3.4.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA).
3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either:
3.4.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the
Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the
contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK.
3.4.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section
6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed.
3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and
is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units
determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by the contractor to the PCO prior
to undertaking repair of the item.
After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations
and DCMA disposal procedures and requirements.
3.5 4.0 PARTS AND MATERIALS
3.5.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material
used in performance of this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein.
Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and
requires specific approval by the PCO.
3.5.2 The contractor shall ensure it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications
requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which
require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to
manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility are done at the contractor's own
risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the
Government's disapproval of a requested change to the drawings, specifications or manufacturing source or facility.
3.5.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the
requirements of this contract.
3.5.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the applicable drawings and specifications or (2)the contractor shall
provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of
such inspections of such inspections shall be maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with
appropriate pass/fail criteria such as certifications
and actual dimensonal readings.
3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE.
3.5.6
3.6 SOURCE AND LOCATION OF REPAIR SOURCE:
3.6.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed.
FSIB,AIRCRAFT,MATER ;NORTHROP GRUMMAN CORP; Company Name , ;7301 SYKESVILLE Rd, MD 21784-7404; Address , ;04804; Cage Code
inspection will be accomplished on the contractor's equipment
3.7 5.0 CONTRACTOR QUALITY REQUIREMENTS:
3.7.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractor's quality management system/program shall be designed to
promptly detect, correct and prevent conditions that adversely affect quality.
3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government.
3.8 6.0 CONFIGURATION MANAGEMENT (CM):
3.8.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract).
3.9 7.0 MARKINGS.
3.9.1 Marking shall be as indicated in the contract when applicable.
3.10 8.0 STORAGE;
3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored.
4. QUALITY ASSURANCE
Unique Requirements:
- 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.
The potential for deliverable data from the contractor could be required by this TDR. This will be determined by NAVAIR after receipt and approval of the overhaul procedure.
- Interim Inspection Requirements: N/A
- Receipt inspection and Certification of Sub-Components: N/A
- Receipt Inspection and Certification of the Top Assembly: N/A
- Contractor Assist and Part Marking: N/A
Quality Assurance:
- First Article Testing: N/A
- Production Lot Special Tests: N/A
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.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
THIS IS AN ALRE NON CRITICAL ITEM FOR THE ARC SYSTEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET.
NAVSUP REFERENCE ONLY: (21-10047): PROCUREMENT TDR.
(18-10120): REPAIR/OVERHAUL TDR.
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
Overhaul Procedure
The overhauling contractor or activity shall provide a step by step overhaul procedure for disassembly and reassembly. 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.

Opportunity closing date
20 September 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?