Pulley Flat 3020-01-461-2737
Please see attached Justification & Approval for contract SPE7M225C0010. NSN has 2 approved sources: 05201 Advance Development and 1P6K0 F3 Engineering. NSN: 3020-01-461-2737
Please see attached Justification & Approval for contract SPE7M225C0010. NSN has 2 approved sources: 05201 Advance Development and 1P6K0 F3 Engineering. NSN: 3020-01-461-2737
Data sourced from SAM.gov.
View Official Posting »
// NSN(s): 3020-01-461-2737 // Item Description: Pulley, Flat // Manufacturer’s Code and Part Number (if applicable): CAGE 05201 / P/N 627240-1 CAGE 1P6K0 / P/N 627240-1 // Quantity (including price b... // NSN(s): 3020-01-461-2737 // Item Description: Pulley, Flat // Manufacturer’s Code and Part Number (if applicable): CAGE 05201 / P/N 627240-1 CAGE 1P6K0 / P/N 627240-1 // Quantity (including price breaks): 200 // Unit of Issue: EA // Destination Information: FOB Destination / I&A Origin // Delivery Schedule: 485 days 1. The proposed contract is 100% set aside for small business concerns. 2. This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. JCP applies to all manufactures, dealers, distributors, or suppliers. 3. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 8. The solicitation will contain a contractor first article test requirement that will be required unless documentation is provided showing completion of a first article test on this NSN within the past 3 years. Material receipt inspection at the contractors facility will be required due to the critical nature of the item. A Production Test & Inspection report as well as a Certificate of Quality Compliance will be required. The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows: a. Because of the critical nature of this material, a representative of the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is available to furnish technical assistance on Quality Assurance (QA) matters and shall have the option of conducting QA surveillance for the first lot produced under this contract (and all subsequent lots if necessary). This requirement will be performed in conjunction with the government QAS of the cognizant Defense Contract Management Activity and does not abrogate the authority or responsibility of the designated government QAS. The contractor agrees to notify, in writing, the supervisor of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to the DCMA government QAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. Notification to NAWC may be provided via telephone (732)-323-2834 immediately followed by written confirmation, or via email to Roy.a.janney.civ@us.navy.mil. A minimum of fourteen (14) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. b. Due to the critical nature of this item, it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor agrees to notify, in writing, the supervisor of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when material is scheduled for the interim inspection(s) that are identified herein. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. Notification to NAWC may be provided via telephone (732)-323- 2834 immediately followed by written confirmation, or via email to Roy.a.janney.civ@us.navy.mil. A minimum of seven (7) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts. Interim Inspection Requirements: The following item(s) requires an Interim Inspection at the contractor’s location: a. P/N 627240-1, Sheave Assy-Coined (CSI): i. Witness of penetrant inspection per Note 3 of Drawing 627240. ii. Verification of coining method per Note 6 of Drawing 627240 (C2). iii. Witness of post-coining inspection per Note 7 of Drawing 627240 (C3). iv. Witness of bearing shrink-fit per Note 9 of Drawing 627240 (C1). v. Witness of dimensional inspection of Drawing 627240 (M101-M104). P/N 626846-1, Bearing (CSI): i. Verification of eccentricity per Note 1.B of Drawing 626846 (M106). ii. Verification of heat treatment per Note 1.H of Drawing 626846 (M107). iii. Witness of hardness testing per Note 1.H of Drawing 626846 (M107). iv. Verification of material properties per Note 1.J of Drawing 626846 (M109). v. Verification of roller diameter per Note 1.K of Drawing 626846 (M110). vi. Witness of magnetic particle inspection per Note 5 of Drawing 626846 (M105). vii. Witness of diametral clearance prior to mounting per Note 6 of Drawing 626846 (C1). viii.Witness of dimensional inspection per Drawing 626846 (M101-M104, M108). The contractor shall assist on the conduct of the interim inspection(s) as described herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities and as a minimum, include inspection of all (100%) interim inspection requirements identified above. 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). Receipt inspection and Certification of Sub-Components: a. P/N 626846-1 shall be certified at the time of interim inspection. Parts will be certified and marked as directed by NAWCADLKE prior to assembly. Contractor Assist and Marking as specified below applies. Receipt Inspection and Certification of the Top Assembly: a. The receipt Inspection and Certification of the Top Assembly shall occur during the final inspection. Contractor Assist and Part Marking as specified below applies. Contractor Assist and Part Marking: a. The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specified herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities. As part of the MRI process, the NAWCADLKE QA representative will provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI). ( X ) The solicitation will be available in DLA DIBBS on its issue date of 03/07/2024. The website is https://www.dibbs.bsm.dla.mil/rfp. ( X ) The Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). Approved sources are: 05201 Advance Development and 1P6K0 F3 Engineering. ( X ) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data (for NSN(s) 3020-01-461-2737), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. ( X ) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. SUPPLY ASSURANCE THROUGH MULTISOURCE CONTRACTING (a) The Government reserves the right to make multiple awards to assure the availability of supplies when first article testing is required, if the Contracting Officer determines that the item(s) to be procured is (are) not available in the marketplace for immediate delivery. In such cases, it may be in the Government's best interests to increase the likelihood of supply availability by making awards to both an unproven and a proven source of supply for this item, or by making awards to more than one unproven source of supply, if there are no sources currently waived for the first article test requirement. A proven source is defined as a currently waived for the first article test requirement source that meets the criteria for first article waiver. (b) When a multisource award basis exists, the Contracting Officer will award the larger portion of the total requirement to the offeror that represents the best value to the Government based on the evaluation scheme included in the solicitation. (1) If awards will be made to a proven source as well as an unproven source, the source that represents the best value to the Government shall receive not less than 60% of the total requirement. (2) If awards will be made to two unproven sources, the source that represents the best value to the Government shall receive not less than 60% of the total requirement. (c) Unless an offeror otherwise qualifies its offer, unit prices submitted for the total requirement will apply to any partial awards. (d) In the event that an unproven source fails to complete first article testing requirements, the Government may increase the quantity of supplies called for in the schedule of this contract to the proven source (one that has successfully met first article requirements), at the unit prices specified, up to and including 100% of the quantity awarded to the unproven source. This option is separate and distinct from any other option provision included in this contract. ( X ) Various Increments Solicited: FROM: 124 TO: 200 ( X ) The Small Business size standard is 1250 employees. ( X ) TYPE OF SET-ASIDE: 100% Total Small Business Set-aside
Data sourced from SAM.gov.
View Official Posting »
This notice was posted to identify sources that can manufacture NSN 3020-01-461-2737 and are interested in quoting a solicitation. This notice was posted for the purpose of market research only and is... This notice was posted to identify sources that can manufacture NSN 3020-01-461-2737 and are interested in quoting a solicitation. This notice was posted for the purpose of market research only and is not a Request for Proposal (RFP). Please review the NSN below and provide any sources that may be able to manufacture the item. The sources that are currently approved to manufacture this Overcurrent Device are listed below. If you are interested in this requirement, please complete the attached Market Research Questionnaire. All information should be submitted to the Contract Specialist, Kyle Barr, at kyle.barr@dla.mil no later than December 13, 2023. The approved sources and part numbers are listed below: 05201 – Advance Development & Manufacturing (P/N: 627240-1) 1P6K0 – Form, Fit & Function LLC (F3 Engineering) (P/N: 627240-1) The following requires are necessary for the completion of manufacturing of this item: PULLEY,FLAT 82N ALRE CSI SERIALIZATION: Serialization is required for this ALRE CSI part as well as the packaging for traceability. Contractor technical documentation shall reflect the appropriate marking scheme. All serialized and lot numbered CSI parts shall be accounted for; to include material scrapped during manufacturing. Re-branding by suppliers which obscures the original marking (part number, serial number, CAGE) of the OEM of ALRE CSI parts is prohibited. Please notify DLA Contracting Officer at time of quote if serialization is not practical due to size, material property, unreasonable or excessive cost. RQ040: Non-Destructive Testing (NDT) Accreditation Requirements RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. JCP applies to all manufactures, dealers, distributors, or suppliers. RD002, COVERED DEFENSE INFORMATION APPLIES RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. UNLESS OTHERWISE SPECIFIED, THE FOLLOWING CDRLS APPLY: -First Article Testing Report -Production Test and Inspection Report -Certificate of Quality Compliance NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO<(>,<)> OR COME IN DIRECT CONTACT WITH<(>,<)> ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CRITICAL APPLICATION ITEM SOURCE APPROVAL - TO BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION, AN OFFEROR MUST BE AN APPROVED SOURCE OR PROVIDE THE PRODUCT OF AN APPROVED SOURCE AS DETERMINED BY THE ENGINEERING SUPPORT ACTIVITY, NAVAL AIR WARFARE CENTER (NAWC) AIRCRAFT DIVISION LAKEHURST. THE CRITERIA AND PROCEDURES FOR SOURCE APPROVAL ARE CONTAINED IN PART I OF THE NAVAL INVENTORY CONTROL POINT (NAVICP) PHILADELPHIA BROCHURE ENTITLED "SOURCE APPROVAL INFORMATION BROCHURE FOR SPARES". THE LATEST VERSION OF THIS BROCHURE MAY BE OBTAINED BY ACCESSING NAVICP'S WEBSITE: HTTPS://WWW.NAVSUP.NAVY.MIL, OUR TEAM, NAVICP, BUSINESS OPPORTUNITIES, COMMODITIES, SOURCE APPROVAL REQUEST (SAR) BROCHURE SPARES TO ASSIST IN THE DETERMINATION OF SOURCE APPROVAL, THE OFFEROR MAY BE REQUIRED TO SUBMIT TO A SURVEY PRIOR TO AWARD IN WHICH NAWC LAKEHURST MAY PARTICIPATE. IN ADDITION, THE OFFEROR MUST PROVIDE THE FOLLOWING INFORMATION, WHICH MAY BE CONSIDERED IN DETERMINING WHETHER THE OFFEROR IS AN APPROVED SOURCE: (1) A SOURCE APPROVAL LETTER FROM NAVICP'S ENGINEERING AND PRODUCT SUPPORT DIRECTORATE; OR; (2) OTHER EVIDENCE INDICATING THAT THE OFFEROR MEETS THE SOURCE APPROVAL CRITERIA. ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. (February 2016) THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. CLAUSE 52.246-15, CERTIFICATE OF CONFORMANCE, IS NOT AUTHORIZED FOR THIS NSN. Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. A forging process was identified as a means to manufacture this item. Tooling is required to produce a forging. For sourcing, tooling, materials or other information, please contact the appropriate assistance team: (Aviation, C<(>&<)>E Supply Chains) https://www.dla.mil/Aviation/Offers/Engineering/Forging-and-Casting/; (Land & Maritime Supply Chains) DSCC.cast.forge@dla.mil. CRITICAL APPLICATION ITEM ADVANCE DEVELOPMENT & MANUFACTURING 05201 P/N 627240-1 FORM FIT & FUNCTION LLC 1P6K0 P/N 627240-1 IAW REFERENCE DRAWING NR 80020 524681 REVISION NR A DTD 08/01/2007 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 TS15575 REVISION NR H DTD 03/02/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 627239 REVISION NR D DTD 08/29/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 627240 REVISION NR C DTD 10/30/2002 PART PIECE NUMBER: 627240-1 IAW REFERENCE DRAWING NR 80020 626846 REVISION NR C DTD 07/23/2014 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NAS1352 REVISION NR 13 DTD 05/31/2016 PART PIECE NUMBER: IAW REFERENCE NON GOVT STD NASM16555 REVISION NR 4 DTD 06/30/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP014612737CFAT REVISION NR B DTD 10/08/2019 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL014612737-23256 REVISION NR DTD 09/13/2023 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 16236 CN014612737 REVISION NR E DTD 11/17/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP014612737QA REVISION NR E DTD 11/17/2023 PART PIECE NUMBER:
Data sourced from SAM.gov.
View Official Posting »