United States - 29--nozzle,fuel injecti, 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
29 July 2024
Opportunity publication date
28 June 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|n722.31|n/a|2676972486|thomas.s.mclaughlin7.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving report combo||tbd|n00383|tbd|tbd|see schedule|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|365 days after delivery of unit|45 days after defect was found|||||
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|336412|1500|||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|
All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or
sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to "issue" contractual documents asdetailed herein.
Early and incremental deliveries accepted.
\
1. SCOPE
1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document.
1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany 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.
1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this
procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer.
1.4 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 Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by
IPC/EIAJ-STD-001C paragraph 5.1.4.
2. APPLICABLE DOCUMENTS - NOT APPLICABLE
3. REQUIREMENTS
NOZZLE,FUEL INJECTI , ;(09523); , ;6840010E9, 2915-01-484-0892; , 7RE 2915-01-484-0892 DQ
3.1 Applicable Documents
3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications:
1. NOZZLE,FUEL INJECTI Drawing ( ;(09523); ) ;6840010E9; Rev ;LATEST; .
2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with:
;PARKER-HANNIFIN REPAIR/OVERHAUL PROCEDURES;
3.2 Work Requirements:
3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;80; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting
Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO
3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall
retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section.
3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer.
3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E,
severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving
approval from the DCMC (QAR).
3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in
paragraph 1 of the requirement's section.
3.2.6 For the purpose of the statement of work, "Overhaul" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all
components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in
accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts.
3.2.7 For the purposes of this statement of work, "REPAIR" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the
documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits
specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be
repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items.
3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment.
3.2.9 ;X; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer.
3.2.10 ;X; Change modifications ;ROLLS-ROYCE ADVANCE ENGINEERING MEMORANDUM ATP 21664C; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ;P/N (09523) 6840010M5, NSN 2915-01-310-6217 SHALL BE
REWORKED AND REIDENTIFIED TO (09523) 6840010E9, NSN 2915-01-484-0892.;
3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973.
3.4 Quality Assurance:
3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208)
4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE

Opportunity closing date
29 July 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?