16--NRP,CONTROLLER BOAR - AND OTHER REPLACEMENT PARTS
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports (combo) type|n/a|tbd|n00383|tbd|tbd|see schedule|tbd||||||||| The purpose of this amendment is to address the follow... WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports (combo) type|n/a|tbd|n00383|tbd|tbd|see schedule|tbd||||||||| The purpose of this amendment is to address the following: 1. The language from Amendment 0001 regarding Basic Ordering Agreement N00383-23-G-SX01 no longer applies and is hereby deleted. 2. Clause 252.215-7009 applies to this solicitation. See following page for details. \ The purpose of this amendment is to address the following: 1. All terms and conditions under the Basic Ordering Agreement N00383-23-G-SX01 apply under this solicitation. 2. This is a Sole-Source Spare requirement. 3. Proposal due date is 90 days from date on page one (1). \ This solicitation is for made new manufacture spare parts. This is a sole source requirement. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source. 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 on the internet at h https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact Kelly Bradbury at the email address: Kelly.l.bradbury.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 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. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 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. The contractor shall notify NAVICP Code 072 when material required by this contract has been shipped to Destination.This shall be accomplished by sending a copy of the DD Form 250, Material Inspection and Receiving Report to: Naval Inventory Control Point ATTN: Code 072 700 Robbins Avenue, Phila., PA 19111 or by submitting a facsimile to FAX: (215)697-2524, ATTN: Code 072. 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 ( ;30003; ) ;3890AS000396-01; , Revision ;H; 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. 1.13 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. 2. APPLICABLE DOCUMENTS DRAWING DATA=3890AS000396-01 |30003| H| |D| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 CRITICAL MANUFACTURING PROCESSES ( ;N/A; ) HEAT TREAT ( ;N/A; ) WELDING ( ;N/A; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;N/A; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;N/A; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.2 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;ALL ACTUAL DIMENSIONS OF MINOR AND MAJOR CRITICAL CHARACTERISTICS SHALL BE RECORDED. RECORD TIME AND AMBIENT TEMPERATURE WHEN MEASUREMENTS ARE TAKEN.CERTIFICATIONS TO BE ON FILE FOR A MINIUM OF SEVEN YEARS AFTER AWARD OF CONTRACT.The contractor shall accomplish 100% inspection and/or testing of all critical,major, and minor dimensions and/or requirements identified in the drawings,drawing notes, and process and fabrication specifications.Results shall consist of actual dimensions, measurements, and test outcomes andshall be recorded and included in the First Article test report.Acceptance/reject criteria:Satisfactorily meeting all requirements cited in paragraph 7a and satisfactorily demonstrating 100% conformance to the test and evaluation elements cited in paragraph 7.b shall constitute acceptance of the acceptance of paragraph 7.a and 7.b shall be cause for rejection.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.3 SPECIAL INSPECTION REQUIREMENTS ( ;APPLIES; ) MAGNETIC PARTICLE INSPECTION ( ;APPLIES; ) SURFACE INSPECTION ( ;APPLIES; ) PENETRANT INSPECTION ( ;APPLIES; ) RADIOGRAPHIC INSPECTION ( ;APPLIES; ) ULTRSONIC INSPECTION ( ;N/A; ) HIGH SHOCK TEST ( ;N/A; ) MECHANICAL VIBRATION TEST 4.4 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA FAX (732) 323-1381.; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 4.5 IN PROCESS INSPECTION REQUIREMENTS: Due to the critical nature of this item it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor shall notify the PCO and NAWC via email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA FAX (732) 323-1381.; to arrange for the in-process inspection. A minimum of 10 days is needed for advance notice for each occurrence. The authority of the QAR shall not be abrogated. The QAR shall verify that timely notification was given all parties listed below. CHARACTERISICS TO BE INSPECTED: ; ; ;; ; ; ; ; ; ; ; ; 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS AN ALRE FLIGHT CRITICAL ITEM. DISREGARD QUALITY ASSURANCE ON DRAWING, REFER TO CONTRACT. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATESHEET. NAVSUP REFERENCE ONLY: TDR 22-10064. FAT REQUIREMENTS REMOVED ASPER REI 23-22039. THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS"CRITICAL" REQUIRING ENGINEERING SOURCE APPROVAL BY THE NAVAL AIR SYSTEMSCOMMAND. ONLY THOSE COMPANIES WHO HAVE SUBMITTED REQUESTS FOR SOURCE APPROVALAND BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANYCOMPANY NOT PREVIOUSLY APPROVED MAY SUBMIT A SOURCE APPROVAL REQUEST AS OUTLINED LATER IN THIS SOLICITATION. --------------------------------------------------------- All records pertaining to ALRE CSI/CAI manufacture and inspection/test shall beprovided to the ALRE Cognizant Technical Authority. All records shall bemaintained by LKE QA and by the manufacturer for a period of seven years. Interim Inspection Requirements: The following item requires an interiminspection at the contractor's location: P/N 3890AS000396-01, Pillow Block, Floating (CSI): Verification of material per Note 7 of Drawing 3890AS000396-01(C1). ALRE CSI parts require certification. When certified, an ALRE part is markedwith a Material Identification Code(MIC). NAWCADLKE QA will provide the MIC toDCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing notefor part marking, and in same area as part marking (next to, above, or below). Receipt inspection and Certification of Sub-Components: N/A Receipt Inspection and Certification of the Top Assembly: The receipt Inspection and Certification of the Top Assembly shall occur duringthe final inspection. Contractor Assist and Part Marking as specified belowapplies. Contractor Assist and Part Marking: The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specifiedherein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in theconduct of the interim inspection(s). The contractor shall pro-vide gauges,tools, fixtures, and jigs necessary to perform the inspections. The contractorshall also provide sufficient rigging/material handling services and m manpowerto setup/configure/operate equipment & machines used to accomplish theinspection task. This contractor assist requirement shall be applicable to100% of the production quantities. As part of the MRI process, the NAWCADLKEQA representative will provide, in writing, a certification number along withdirection for marking the Critical Safety Items (CSI). \ DATE OF FIRST SUBMISSION=ASREQ Data Requirements a. Copies of all approved requests for variations. b. Assembly per Field of Drawing 3890AS000396-01 and per Note 10 ofDrawing 3890AS000396-01. c. Material per Note 7 of Drawing 3890AS000396-01. d. Magnetic Particle Inspection per Note 8 of Drawing 3890AS000396-01. e. Identification per Note 3 of Drawing 3890AS000396-01 and per Note 12 of Drawing 3890AS000396-01. f. Coating per Note 11 of Drawing 3890AS000396-01. 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 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 1.4 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. The contractor shall notify NAVICP Code 072 when material required by this contract has been shipped to Destination.This shall be accomplished by sending a copy of the DD Form 250, Material Inspection and Receiving Report to: Naval Inventory Control Point ATTN: Code 072 700 Robbins Avenue, Phila., PA 19111 or by submitting a facsimile to FAX: (215)697-2524, ATTN: Code 072. 1.5 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.6 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. 1.7 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.8 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. 1.9 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.10 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. 1.11 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST; drawing number ( ;4XB60; ) ;3890AS000395-01; , Revision ;H; and all details and specifications referenced therein. 1.12 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. 1.13 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=3890AS000395-01 |30003| H| |D| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 CRITICAL MANUFACTURING PROCESSES ( ;N/A; ) HEAT TREAT ( ;N/A; ) WELDING ( ;N/A; ) CADMIUM PLATING ( ;N/A; ) ENGINEERING CHROME PLATING ( ;N/A; ) NICKEL CHROME PLATING ( ;N/A; ) CASTING(S) ( ;N/A; ) FORGING(S) ( ;N/A; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.2 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;ALL ACTUAL DIMENSIONS OF MINOR AND MAJOR CRITICAL CHARACTERISTICS SHALL BE RECORDED. RECORD TIME AND AMBIENT TEMPERATURE WHEN MEASUREMENTS ARE TAKEN.CERTIFICATIONS TO BE ON FILE FOR A MINIUM OF SEVEN YEARS AFTER AWARD OF CONTRACT.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.3 SPECIAL INSPECTION REQUIREMENTS ( ;APPLIES; ) MAGNETIC PARTICLE INSPECTION ( ;APPLIES; ) SURFACE INSPECTION ( ;APPLIES; ) PENETRANT INSPECTION ( ;APPLIES; ) RADIOGRAPHIC INSPECTION ( ;APPLIES; ) ULTRSONIC INSPECTION ( ;N/A; ) HIGH SHOCK TEST ( ;N/A; ) MECHANICAL VIBRATION TEST 4.4 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA FAX (732) 323-1381.; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 4.5 IN PROCESS INSPECTION REQUIREMENTS: Due to the critical nature of this item it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor shall notify the PCO and NAWC via email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA FAX (732) 323-1381.; to arrange for the in-process inspection. A minimum of 10 days is needed for advance notice for each occurrence. The authority of the QAR shall not be abrogated. The QAR shall verify that timely notification was given all parties listed below. CHARACTERISICS TO BE INSPECTED: ; ; ; ; ; ; ; ; ; ; ; ; 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS AN ALRE FLIGHT CRITICAL ITEM. DISREGARD QUALITY ASSURANCE ON DRAWING, REFER TO CONTRACT. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATESHEET. FIRST ARTICAL TEST WAVIED ASPER REI 23-22043 NAVICP REFERENCE ONLY: TDR_22-10066. THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS"CRITICAL" REQUIRING ENGINEERING SOURCE APPROVAL BY THE NAVAL AIR SYSTEMSCOMMAND. ONLY THOSE COMPANIES WHO HAVE SUBMITTED REQUESTS FOR SOURCE APPROVALAND BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANYCOMPANY NOT PREVIOUSLY APPROVED MAY SUBMIT A SOURCE APPROVAL REQUEST ASOUTLINED LATER IN THIS SOLICITATION. 1. Unique Requirements: a. 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 requires an interim inspection at the contractor's location: a. PN 3890AS000630-01, Center Support, Axle (CSI): b. Verification of material per Note 6 of Drawing 3890AS000630-01 (C1). 3. ALRE CSI parts require certification. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide theMIC to DCMA if the component is source accepted, and after receipt of allassociated data. Application of MIC shall be in the same methodology as thedrawing note for part marking, and in same area as part marking (next to,above, or below). 4. Receipt inspection and Certification of Sub-Components: N/A 5. Receipt Inspection and Certification of the Top Assembly: 6. Contractor Assist and Part Marking: a. The contractor shall assist on the conduct of the inspections (both finaland interim) required that are necessary to certify the critical itemsspecified herein. The contractor shall provide adequate facilities, inspectionequipment, and skilled personnel, to support the NAWCADLKE Inspector in theconduct of the interim inspection(s). The contractor shall provide gauges,tools, fixtures, and jigs necessary to perform the inspections. The contractorshall also provide sufficient rigging/material handling services and m manpowerto setup/configure/operate equipment & machines used to accomplish theinspection task. This contractor assist requirement shall be applicable to100% of the production quantities. As part of the MRI process, the NAWCADLKEQA representative will provide, in writing, a certification number along withdirection for marking the Critical Safety Items (CSI). \ DATE OF FIRST SUBMISSION=180 DAC Data Requirements a. Copies of all approved requests for variations. b. Assembly per Field of Drawing 3890AS000395-01 and per Note 10 ofDrawing 3890AS000395-01. c. Material per Note 7 of Drawing 3890AS000395-01. d. Magnetic Particle Inspection per Note 8 of Drawing 3890AS000395-01. e. Identification per Note 3 of Drawing 3890AS000395-01 and per Note 12 of Drawing 3890AS000395-01. f. Coating per Note 11 of Drawing 3890AS000395-01. REMARKS Inspection/Certification data needed to substantiate the Quality ofthe 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. Assembly per Field of Drawing 3890AS000395-01 and per Note 10 ofDrawing 3890AS000395-01. c. Material per Note 7 of Drawing 3890AS000395-01. d. Magnetic Particle Inspection per Note 8 of Drawing 3890AS000395-01. e. Identification per Note 3 of Drawing 3890AS000395-01 and per Note 12 of Drawing 3890AS000395-01. DATE OF FIRST SUBMISSION=180 DAC . First Article Testing:The contractor shall conduct First Article testing on this item of ALRE/SE andmust address all elements listed below and prepare a First Article Test Reportdocumenting the outcome. Unless otherwise specified, the report and itsacceptance shall be per the provisions of the applicable Contract DataRequirements List (CDRL). a. Requirements: i. First Article quantity is one (1); in uncoated condition. ii. The First Article shall be available for Government evaluation per the contract schedule. The Evaluation shall be conducted in the presence of the Government personnel. Accordingly, the contractor shall allow time to arrange for NAWC participation in accordance with the "NAWCADLKE Inspection Witness Option"; iii. The contractor shall provide facilities and personnel sufficient to conduct all necessary tests to establish conformance; iv. The contractor shall have available for review all certifications, test reports, in-process inspection documents needed to substantiate product quality; this same documentation shall also be included in the First Article test report; v. The contractor shall, at the time of First Article, have corrected any problem areas deemed significant and documented as deficient by the Government within his/her Quality Assurance system not previously identified during prior evaluations and/or surveys; any problems identified during the conduct of the test will also require correction. DATE OF FIRST SUBMISSION=180 DAC ALRE CSI parts require certification. 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 be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below). THIS IS A ALRE ITEM. FOR DRAWING UPDATES, SEE NAWC LKE DRAWING UPDATE SHEET. NAVSUP REFERENCE ONLY: (18-10012): 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 SUBM& BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANY COMPANY SUBMIT A SOURCE APPROVAL REQUEST AS OUTLINED IN THIS SOLICITATION. 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 \ 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 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 1.4 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Onl...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
16--NRP,CONTROLLER BOAR - AND OTHER REPLACEMENT PARTS
NSN 1R-1680-016216674-EY, REF NR 3890AS0004707-01, QTY 16 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the... NSN 1R-1680-016216674-EY, REF NR 3890AS0004707-01, QTY 16 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part/contract repair from other than the current source(s). The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source 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 the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »