Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

17 -- 17--COVER,CYLINDER, IN REPAIR/MODIFICATION OF

Notice Date
5/19/2022 6:52:45 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038322QP342
 
Response Due
5/24/2022 9:00:00 PM
 
Archive Date
06/09/2022
 
Point of Contact
Telephone: 2156976549
 
E-Mail Address
JANICE.SHELDON@NAVY.MIL
(JANICE.SHELDON@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N762.12|P2W|215-697-3318|shannon.m.gonglik.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and receiving report (combo) type|N/A|TBD|N00383|TBD|TBD|See schedule|TBD|||TBD|||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|$65,500.50| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|336413|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| THIS REQUEST FOR PROPOSAL/ QUOTE (RFP/Q) IS FOR THE REPAIR OF: COVER, CYLINDER NIIN: 002252655 QUANTITY: (#9) NINE EA IF A FIRM FIXED PRICE (FFP) CANNOT BE DETERMINED, PLEASE INFORM THE PCO. THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD. IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH YOUR PROPOSAL, THEINFORMATION DETAILED IN THE NAVSUP WSS SOURCE APPROVAL BROCHURE WHICH CAN BEOBTAINED ONLINE AThttps://www.navsup.navy.mil/public/navsup/wss/business_opps/ UNDER ""COMMODITIES."" OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA REQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR AWARD UNDER THISSOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCE APPROVAL REQUESTSUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME AND / OR APPROVAL REQUIREMENTSPRECLUDE THE ABILITY TO OBTAIN SUBJECT ITEMS IN TIME TO MEET GOVERNMENTREQUIREMENTS, AWARD OF REQUIREMENT MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS. \ 1. SCOPE 1.1 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. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: COVER,CYLINDER ;1720-00-225-2655; NSN , ;11-61639-6L; Part Number, Shall be performed IAW: COVER,CYLINDER ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS. REV W.; Publication (s). 1.1.2 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 DRAWING DATA=MPR 4 |80020| D| |C| | | | DRAWING DATA=11-61639-6L |80020| W| |D| | | | 3. REQUIREMENTS 3.1 1.0 GENERAL 3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable condition. 3.2 2.0 DEFINITIONS. 3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term ""contract"" encompasses a contract, an order, or a project work order. 3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.2.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 SCOPE 3.3.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.3.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition: COVER,CYLINDER ;11-61639-6L; P/N, ;1720-01-225-2655; NSN, ;REPAIR/OVERHAUL/INSPECT IAW APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS.REV W.; Tech Publications 3.3.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change. 3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to manuals, drawings, specifications, or to a repair source or facility. 3.4.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to the ""prime contractor"" or the ""actual manufacturer"" appearing on the drawings and / or specifications or technical data furnished by the Government shall be read as the ""Government Designated Agency"" 3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.4.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements. 3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.4.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA). 3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.4.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK. 3.4.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed. 3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA disposal procedures and requirements. 3.5 4.0 PARTS AND MATERIALS 3.5.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein. Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.5.2 The contractor shall ensure it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to the drawings, specifications or manufacturing source or facility. 3.5.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract. 3.5.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the applicable drawings and specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall be maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE. 3.5.6 3.6 SOURCE AND LOCATION OF REPAIR SOURCE: 3.6.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed. COVER,CYLINDER ;PENN STATE TOLL & DIE; Company Name , ;MOUNT PLEASANT, PA 15666-2760; Address , ;58974; Cage Code inspection will be accomplished on the contractor's equipment 3.7 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.7.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractor's quality management system/program shall be designed to promptly detect, correct and prevent conditions that adversely affect quality. 3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.8 6.0 CONFIGURATION MANAGEMENT (CM): 3.8.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.9 7.0 MARKINGS. 3.9.1 Marking shall be as indicated in the contract when applicable. 3.10 8.0 STORAGE; 3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS AN ALRE CRITICAL SAFETY ITEM. FOR DRAWING UPDATES, SEE NAWC LKE DRAWING UPDATE SHEET. FOR NAVICP REFERENCE ONLY: 21-10026 REPAIR TDR THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS ""CRITICAL"" REQUIRING ENGINEERING SOURCE APPROVAL BY NAVAL AIR SYSTEMS COMMAND ONLY THOSE COMPANIES WHO HAVE SUBMITTED 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 AS OUTLINE LATER IN THIS SOLICITATION. INTERIM INSPECTION REQUIREMENTS: THE FOLLOWING ITEMS REQUIRES INTERIM INSPECTION AT THE CONTRACTORS FACILITY. - MATERIAL, TENSILE STRENGTH, YIELD STRENGTH, ELONGATION AND REDUCTION OF AREA AND IZOD TEST IAW MPR 4 AND PER DWG. 11-61639 (C1) - Hardness Test per Drawing per Note 6 of Drawing 11-61639 (M101). - Heat Treat IAW AMS 2759/1, MPR 4 per Note 6 of Drawing 11-61639 (M101). - MAGNETIC PARTICLE INSPECTION IAW MPR 4 AND PER DWG. 11-61639 PRIOR TO PROTECTIVE COATING (C1) - DIMENSIONAL PER DWG. 11-61639 PRIOR TO PROTECTIVE COATING THE CONTRACTOR SHALL ASSIST ON THE CONDUCT OF THE INTERIM INSPECTIONS AS DESCRIBED HEREIN. CONTRACTOR SHALL PROVIDE ADEQUATE FACILITIES, INSPECTION EQUIPMENT, AND SKILLED PERSONNEL, TO SUPPORT THE NAVAIR INSPECTOR IN THE CONDUCT OF THE INTERIM INSPECTIONS. THE CONTRACTOR SHALL PROVIDE GAUGES, TOOLS, FIXTURES, AND JIGS NECESSARY TO PERFORM THE INSPECTIONS. THE CONTRACTOR SHALL ALSO PROVIDE SUFFIENT 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 AND AS A MINIMUM, INCLUDING INSPECTION OF ALL (100%) IMTERIM INSPECTION REQUIREMENTS IDENTIFIED ABOVE. ALRE CSI parts require certification. When certified, an ALRE part is marked with Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associateddata. 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). DATE OF FIRST SUBMISSION=ASREQ FINAL ACCEPTANCE REPORT Data Requirements: (As required based on repair or overhaul process/procedure) a. Copies of all approved requests for variations. b. Material and mill certifications IAW MPR 4 and per Drawing 11-61639. c. Heat Treat IAW AMS 2759/1, MPR 4 per Note 6 of Drawing 11-61639. d. Hardness Test per Drawing per Note 6 of Drawing 11-61639. e. Izod Test IAW MPR 4 and per Drawing 11-61639. f. Tensile Strength, Yield Strength, Elongation, and Reduction of Area IAWMPR 4 and per Drawing 11-61639. g. Magnetic particle Inspection IAW MPR 4 per Note 11 of Drawing 11-61639. h. Sand Blast IAW MPR 1223 per Note 10 of Drawing 11-61639. i. Cleanliness and application of Protective coatings per Note 10 of Drawing 11-61639. j. Identification per Drawing 11-61639. k. Dimensional Inspection per Drawing 11-61639. l. Flatness per Note 15 of Drawing 11-61639 DATE OF FIRST SUBMISSION=ASREQ RECEIPT INSEPCTION REPORT ALL CERTIFICATIONS. TEST REPORTS, AND IN-PROCESS INSPECTION DOCUMENTS NEEDED TO SUBSTANTIATE PRODUCT QUALITY SHALL BE SUBMITTED WITH PRODUCTION UNITS WHEN PRESENTED FOR RECEIPT INSPECTION AT CONTRACTORS FACILITY. NOTIFICATION OF 14 DAPRIOR TO PRESENTATION FOR INSPECTION MUST BE GIVEN TO ROY JANNEY NAWC QA AT FAX (732) 323-1381. Data Requirements: (As required based on repair or overhaul process/procedure)a. Copies of all approved requests for variations. b. Material and mill certifications IAW MPR 4 and per Drawing 11-61639. c. Heat Treat IAW AMS 2759/1, MPR 4 per Note 6 of Drawing 11-61639. d. Hardness Test per Drawing per Note 6 of Drawing 11-61639. e. Izod Test IAW MPR 4 and per Drawing 11-61639. f. Tensile Strength, Yield Strength, Elongation, and Reduction of Area IAWMPR 4 and per Drawing 11-61639. g. Magnetic particle Inspection IAW MPR 4 per Note 11 of Drawing 11-61639. h. Sand Blast IAW MPR 1223 per Note 10 of Drawing 11-61639. i. Identification per Drawing 11-61639. j. Dimensional Inspection per Drawing 11-61639. k. Flatness per Note 15 of Drawing 11-61639. 4 Receipt inspection and Certification of Sub-Components: a. P/N ..shall be certified at the time of interim inspection. Parts will be certified and marked by NAWCADLKE prior to assembly. Contractor Assist and Marking as specified below applies Receipt Inspection and Certification of the Top Assembly: a. Suppliers/subcontractors shall provide all remaining data to NAWCADLKE along with evidence the GSI events were held with the Government representative. b. The request shall include the following information: Company Name, Cage Code Phone number, Contract number Point of Contact, Part Nomenclature, Part Number, Serial Number, National Item applicable), and that the CSI part is eligible for certification by NAWCADLKE. This Top Assembly (P/N 11-61639-6L) shall be certified and marked as as appropriate; Contractor Assist and Part Marking as specified below applies. Certification for this Top Assembly will be based oof inspections for critical and major characteristics of P/N 11-61639-6L, 2) verification that the CSI components contain within the assembly have been properly certified and marked during an interim or in-process inspection event 3) completion of the additional quality assurance oversight actions (inspect, verify, or witness) for all other features, dimensions, and vewithin the assembly have been properly certified and marked during an interim ocompletion of the additional quality assurance oversight actions (inspect, verify or witness) for all other features, dimensions and/or attributes of P/N 11-61639-6L as specified elsewhere in the contractfor the authorized government Quality Assurance Representative to accomplish, and 4) completion of the additional quality assurance oversight actions (inspect, verify, or witness) for all other features, dimensions, and Quality Assurance Representative to accomplish, for all other features, dimensions, and/or attributes for all other part number that comprise the Top Assembly as specified elsewhere in the contract for the authorized government Quality Assurance Representative to accomplish. a. Critical and major features to be inspected: 1. (C1) Material manufacture and test IAW MPR 4 per drawing 11-61639 2. (M101) Heat treatment and hardness per drawing 11-61639 3. (M102) Magnetic particle inspection per drawing 11-61639 4. (M103-M122) Dimensional inspection per drawing 11-61639 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 NAVAIR 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/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 NAVAIR QA representative will provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI). b. Upon successful review of the data, NAWCADLKE will reinstate or provide (as applicable) a MIC number. The Supplier shall reapply the MIC Mark to the part upon receipt of the MIC from NAWCADLKE. MIC marks shall be locatednear, and in the method of part marking indicated on the applicable drawingIn cases where the drawing specifies an ink stamp and stencil the MIC mark shall be metal stamp laser etch, vibro etch, or chemical etch unless the use of such marking methods will cause damage to the functionality of the part Deviation from any of these methods shall require prior NAWCADLKE approval. DCMA shall verify this MIC number is properly marked on the part.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4507b69f208947eaa53a26ce9f5964f2/view)
 
Record
SN06332443-F 20220521/220519230058 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.