United States - 81--shipping and storag, 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
16 September 2024
Opportunity publication date
20 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N792.06|S8R|215-697-0275|patrick.j.horan23.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||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO TYPE ||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|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|332439|600|||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|
NAVSUP WSS has been granted a class deviation (CL-00-203) that permits us to use the award forms currently available in our automated procurement system instead of the SF 1449 when conducting procurements for commercial items.
This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Products.
Information appearing on the face of the DD Form 1155 or SF 26 that conflicts with clauses or provisions contained elsewhere in this solicitation shall be disregarded.
Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products Under paragraph(a) "Inspection and Acceptance" add the following:
1. FAR Clause 52.246-2 Inspection of Supplies-Fixed Price applies as amended herein. All product audits performed at the discretion of the DCMA QAR shall be conducted by witnessing contractor inspections or tests on a non-interference basis.
erference basis.
2. The contractor shall maintain a quality system that addresses the elements of ISO9001-2000/AS9100B, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing, and a calibration system that addresses the elements of
ISO-10012-1, ANSI/NCSL Z540 or an equivalent program approved by the Navy.
3. The government reserves the right to assess the contractor's compliance to its documented quality system throughout the performance of this contract. The quality system shall be made available to the government for their review and use. The acceptance of
non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions there of when it fails to meet its intended objectives.
eserves 4. The Contractor shall not make any configuration changes, engineering changes or part number changes to the contract/purchase order items, including, but not limited to, the item's hardware, software or firmware, unless approved by the Procurement
Contracting Officer (PCO). In addition, approval by the appropriate technical authority may also be required. Guidance on how to submit a proposed engineering or part number change may be obtained from the PCO.
5. The Contractor shall not manufacture any item for acceptance by the Government that incorporates a known departure from technical or contractual requirements unless a request for a deviation has been approved. Authorized deviations are a temporary departure
from the requirements only and do not authorize a change to the item's configuration baseline. Any deviation, major or minor, must be approved by the PCO prior to acceptance.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In addition to price, the following
Non-price evaluation factor shall be used to evaluate offers and are listed in descending order of importance.
Relevant Past Performance
Technical Capability
The non-price evaluation factors, when combined, are significantly more important than price. There are no subfactors.
The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or
unfavorably on past performance. The Government will consider the quality of an offeror's relevant past performance. This consideration is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's r
relevant past performance will be used as a means of evaluating the relative risk of the offeror and other competitors in successfully meet the requirements of the RFP. In determining the rating for the past performance evaluation factor, the Government will give
greater consideration to the contracts which the Government feels are most relevant to the RFP.
The Government reserves the right to award the contract to other than the lowest priced offeror.
Page Limitation-Excluding the cover page, table of contents, past performance project forms the technical capability proposal is limited to fifteen (25) pages in at least 11pt. font and 1" margins. Pages in excess of this limitation will not be evaluated. The
pages excluded from evaluation will be at the discretion of the Agency.
Contractors are informed that it is the Government's desire to make award on initial proposals when deemed possible by the Contracting Officer, however the Government reserves the right to communicate and/or negotiate with offerors if later determined necessary.
None Price Proposal (all non-price factors) -The Contractor is required to submit the following non-price information:
1. Relevant Past Performance:
The Contractor is provided an opportunity to demonstrate relevant past performance on contracts currently being performed or performed within the past three (3) years. The Government will determine relevance by analyzing the scope and magnitude of the reference
contracts and comparing them to the instant requirement. The Government reserves the right to evaluate submitted projects individually or in the aggregate in order to determine relevance and will do so consistently across all evaluated offers. The Government
will consider the quality of the Contractor's relevant past performance.
Reference Contracts:
a. The Contractor may submit up to a maximum of three (3) contracts for evaluation. The Government reserves the right to obtain information from sources other than those identified by the Contractor.
2. Technical Capability
The government desires that offerors demonstrate technical capability to satisfy the government's requirements. The offeror's response will be evaluated to determine whether its response poses risk to performance or whether it will result in better value to the
government. In response to this Evaluation Factor, offerors shall address its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification.
In responding to the above areas of the technical capability factor, it is incumbent upon the offeror provide a level of detail the demonstrates to the Government's satisfaction that the offeror has the technical capability to perform the requirement. If the
proposal lacks sufficient detail, it may result in the government assessing risk in the proposal. While there is no prescribed method for demonstrating technical capability, the below are items of interest to the government that the contractor may, at its
discretion, address to assist the government in gaining an understanding of the offerors technical capability. Offerors are cautioned that while these areas of interest are not mandatory elements that are required to be addressed, failure to address them or
comparable indicia of technical capability, may limit the government's understanding of technical risk and result in the assignment of commensurate risk. Offerors are also notified that some of these indicia of capability are overlapping, i.e., two or more may
evidence the same facet of capability.
Certification of possession or access to the following equipment:For Aluminum and Steel Welded Containers, & Bladebox/riveted construction
1.Brake Press
2.Extrusion Dies
3.CNC machining center(s) capable of lathe and/or milling operations
Copies of inspection method sheets used in-process and/or at final inspection
Copies of incoming inspection documents that show material certificates of conformance, and if applicable, dimensional conformance
Process/Operation sheets to show ability to conform to drawing requirements in the following areas: Weld preparation; Welding procedure specifications Production lot testing
Proof of compliance to ISO9001, and/or, AS9100.
Applicable up-to-date welder certifications showing highest-level certification obtained AWS D1.1 for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3 for sheet steel and AWS D1.6 for stainless steel.
If the offeror address any or all of the above, or provides comparable indicia of capability, it is encouraged to provide supporting evidence and detail, such as but not limited to receipts, certifications, drawings, test results/ logs, maintenance records,
calibration records, inspection reports, audits, etc. The weigh accorded to supporting evidence will be at the discretion of the government.
The Technical capability proposals will be evaluated to determine the risk of unsuccessful performance as well as relative risk compared to other offerors.
Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition
asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth
regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt.
The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract.
Required RTAT: ## 103 days after receipt of asset
Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ##____ per month reflects no throughput constraint.
Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS
Contracting Officer.
Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such
prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation.
ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR
SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN.
Early and incremental deliveries accepted and preferred.
\
1. SCOPE
1.1 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.
1.2 Container shell material is ;Aluminum; .
1.3 When discrepancies exist between these requirements and those on current
manufacturer's drawings,contact code ;buyer on page 1 of the contract; or code N241.10
1.4 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with � SEE SCHDULE/LINE ITEM�,and all details and specifications referenced therein.
1.5 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.
1.5.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements.
Repair of:
SHIPPING AND STORAG ;6KH 8145 013574414; NSN , ;583E001; Part Number, Shall be performed IAW: SHIPPING AND STORAG ;AG-830AC-MEB-000 work package 025 00; Publication (s).
1.5.2 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.
2. APPLICABLE DOCUMENTS - NOT APPLICABLE
3. REQUIREMENTS
3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment.
3.2 Reference to Cadmium plating shall be deleted and the following substituted: "Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3."
All containers must be affixed with a nameplate that includes a
Unique Identification (UID) marking as referenced in the drawing package
Drawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractor
shall contact NAVICP code ;contact buyer on page 1 of the contract; or code 0771.10 for the alphanumeric
sequential serial number group that makes up part of the UID.
The UIDwill be included on the nameplate in data matrix format.
Contact code ;buyer on page 1 of the contract; or code N241.10 to arrange for First Article Test location
When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11" X 17"), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First
Article.
3.3 Welding and welder qualifications shall be in accordance with AWS D1.1
for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3
for sheet steel and AWS D1.6 for stainless steel. Proper controls shall be used to prevent melt through or burn through. For aluminum, filler for welding 6061 alloy shall be 4043: filler for welding 5000 series alloys
to themselves or to 6061 shall be 5356 or 5556. In addition,welding and
weld inspection shall include:
(1) Visual inspection shall include 5X (5power) magnification when a suspect
condition is to be examined beyond the capability of normal vision.
(2) Critical and major welds may be subjected to further non destructive
testing (such as dye penetrant inspection)as prescribed by the buying activity.
(3) Proper documentation shall be available for review by Government personnel.
3.4 WORK INSTRUCTIONS. Work instructions shall be posted at theoperator's work station giving procedures to control the welding process, i.e., filler material, weld size, electrical and gas characteristics, including flow rate.
3.5 MATERIALS AND MATERIALS CONTROL. The quality program shall assure that the materials used in fabrication or processing, i.e., base metals and weld filler material, be inspected and conform to the applicable physical, chemical and other technical
requirements (supplier's certification is sufficient).
3.6 CONTROLS. Weld filler materials shall be clearly identified and segregated from each other both when in storage and at the work station. Work station environment shall be controlled to prevent conditions adverse to proper gas shielding.
3.7 CLEANING. Parts to be welded shall be cleaned to remove surface soils such as oils, waxes, grease, inks, etc. except that uninhibited alkaline solutions such as sodium hydroxide shall NOT be used.
3.8 DEOXIDIZING. The cleaned parts shall be chemically deoxidized NO MORE THAN 10 DAYS PRIOR TO WELDING to remove thick surface oxide films. (If the material or work is exposed to an outdoor environment, this time limit shall be reduced to a maximum of 3 days,
to account for atmospheric effects.) Mechanical cleaning methods shall be applied just prior to the actual start of welding, to remove any reoxidation or residual thin oxide films.
3.8.1 CHEMICAL TREATMENT. An acid deoxidizing treatment shall be applied by either immersion or brushing/wiping. Deoxidizers acceptable for use shall include nitric acid, sulfuric chromic, phosphoric chromic, or equivalent solutions. Sodium hydroxide
solutions shall not be used. Care shall be taken to assure 100% solution coverage of the area to be welded. To allow an adequately sized deoxidized area for good welding, the solution shall be applied to an area extending at least 2 inches from the weld site,
or ending at any closer adjacent edge.
3.8.2 MECHANICAL MEANS. Immediately prior to welding, mechanical cleaning methods shall be applied to the weld areas previously chemically treated to assure removal of residual or reformed oxides, if any. Acceptable methods of mechanical cleaning include
stainless steel wire brushing, scraping, filing, or sanding. However, abrasives containing iron and its oxides, steel wool and wire, and copper alloy based wire, which may become embedded with galvanically active metals and accelerate corrosion of aluminum
alloys shall NOT be used. Mechanical methods shall be vigorous enough to adequately remove any residual oxide films, but gentle enough to avoid forming an excessively rough surface in the comparatively soft metal underneath.
3.9 At faying surfaces, discontinuous welds, or other areas where atmospheric liquids may be retained by capillary action, the crevice shall be sealed using Sealing Compound MIL-S-81733 or equivalent.
3.10 The shock mount listed in the drawing package (whether identified as sole source, recommended, or suggested) has been tested and approved for the shock mitigation system of this container. No other shock mount may be substituted without written permission
of Naval Inventory Control Point, Philadelphia unless an alternate is specifically indentified in this contract. ;No other mount; is an approved alternate mount.
Welding and welder qualifications shall meet current AWS D1.2 standards.
Additionally, cleaning preperations shall be in accordance with MIL-C-5541
and the cleaning paragraph located in the welding requirements section of the contract
3.11 1.0 GENERAL
3.11.1 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.
3.12 2.0 DEFINITIONS.
3.12.1 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.
3.12.2 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).
3.12.3 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).
3.13 3.0 SCOPE
3.13.1 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.
3.13.2 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:
SHIPPING AND STORAG ;583E001; P/N, ;6KH 8145 013574414; NSN, ;AG-830AC-MEB-000 work package 025 00; Tech Publications
3.13.3 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).
3.14 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.
3.14.1 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.
3.14.2 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"
3.14.3 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.
3.14.4 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.
3.14.5 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.
3.14.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA).
3.14.7 A. When the contractor believes one or more SRA(s) within a WRA are either:
3.14.8 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.
3.14.9 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.
3.14.10 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.
3.15 4.0 PARTS AND MATERIALS
3.15.1 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.
3.15.2 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.
3.15.3 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.
3.15.4 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.
3.15.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE.
3.15.6
3.16 SOURCE AND LOCATION OF REPAIR SOURCE:
3.16.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed.
SHIPPING AND STORAG ;tbd; Company Name , ;tbd; Address , ;tbd; Cage Code
inspection will be accomplished on the contractor's equipment
3.17 5.0 CONTRACTOR QUALITY REQUIREMENTS:
3.17.1 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.
3.17.2 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.
3.18 6.0 CONFIGURATION MANAGEMENT (CM):
3.18.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract).
3.19 7.0 MARKINGS.
3.19.1 Marking shall be as indicated in the contract when applicable.
3.20 8.0 STORAGE;
3.20.1 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
4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below.
4.1.1 Dimensional test (special)
;Applies;
4.1.2 Requirements of:
;To drawing (05259) 583E001 and sub-drawings as applicable;
4.1.3 Form:
;applies;
4.1.4 Fit:
;applies;
4.1.5 Function
;applies;
4.1.6 Compliance with drawing ( ;05259; ) ;583E001; , Revision ;latest; and specifications referenced therein.
4.2 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements.
4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing.
4.4 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;12000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will
require such testing.
4.5 Disposition of FAT samples
4.5.1 ;zero; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing.
4.5.2 ;all; Unless otherwise provided for in the contract, sample(s) shall be returned to 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 from 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.
;n/a; Sample(s) shall be returned to the contractor but shall not be considered as production due.
4.6 Test Sample Coating Instructions
4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers.
4.7 FAT Approval Criteria
4.7.1 FAR 52.209-4 applies
(A) The contractors shall deliver ;one (1); ; unit(s) of the following CAGE ( ;05259; ; ) Part Number ;583E001; ; , Revision ;latest; ; within ;120; ; calendar days from the date of this contract to the Government at
;Contact buyer on page 1 of the contract; ;
Marking of test sample(s) shipping container shall be as follows, citing this contract number: "FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________"
For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract.
(B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block
10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: "DO NOT OPEN IN MAIL ROOM".
Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33.
(C) Within ;120; ; calendar days after the Government receives 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 submit an additional First Article for testing. After each request, 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 furnish any additional First Article to the
Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit 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 deliver 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, the contractor -
(1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and
(2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense.
(G) If the Government does not act within the time specified in paragraph (B) or (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) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test.
(I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be
allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government
(J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article.
(K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the
NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of
the results thereof.
(L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block
10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR.
4.8 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, the Naval Inventory Control Point 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:__________
ALL COSTS AND RESPONSIBILITIES RELATED TO THE FIRST ARTICLE TEST SUBMISSION CONTAINER SHIPMENT TO AND FROM THE FIRST ARTICLE TEST FACILITY ARE TO BE BORNE BY THE CONTRACTOR
4.9 100% PRODUCTION LEAK TEST. Each container, uninstrumented and without dummy load, shall be raised to a height of 18 inches and allowed to fall freely to a concrete or similarly hard surface, landing flat on its base. The container shall then be prepared
for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. The pneumatic-pressure technique of method 5009 of Federal Test Method Standard No. 101C shall be
used to detect leakage. An initial pressure setting equal to 1.0 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric
pressure) shall be cause for rejection.
WARNING
Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE

Opportunity closing date
16 September 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?