Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOLICITATION NOTICE

61 -- CABLE ASSEMBLY,SPEC

Notice Date
6/4/2025 2:04:07 AM
 
Notice Type
Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM125QHA53
 
Response Due
6/18/2025 1:30:00 PM
 
Archive Date
07/03/2025
 
Point of Contact
Electronic Mail: JENNIFER.ELLIOTT@DLA.MIL
 
E-Mail Address
JENNIFER.ELLIOTT@DLA.MIL
(JENNIFER.ELLIOTT@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO 9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT|N/A|TBD|SPRMM1|TBD|TBD|TBD|TBD|TBD|TBD|TBD|||||| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|1|||||||||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|1||||||| FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION (DEC 2023)|12||x||x||x||x||x||x| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335311|800|X|X|||||||||| EVALUATION OF FIRST ARTICLE TESTING|3|||| 1. All contractual documents (i.e. contracts, purchase orders, task orders, Delivery 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. 2. No drawings or technical data are available for this item. 3. Delivery days_________aro. 4. Offer valid for _____ days. 5. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 7. Please provide an email address for follow up communications. ____________________________________________________________ It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: cage code, company name, address and POC with phone number and email address. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. This procurement requires Higher Level Inspection. C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) The contractor shall notify the contracting officer immediately upon determining the unavailability of obsolete materials or components. The contractor may recommend a solution to include the impact on the contract price and delivery. The contractor shall not initiate any item redesign or incur any additional costs without the express, written authorization of the contracting officer. In the event that manufacturing phase-out or discontinuance of production of such items is contemplated, the contractor is required to notify the contracting officer and publish the discontinuance in the Government-Industry Data Exchange Program (GIDEP), where feasible; and to provide immediate advance notice of production phase-out to DLA DMSMS at dscc.dmsms@dla.mil. C04 Unused Former Government Surplus Property (SEP 2021) To be considered for award, the offeror must complete and submit the following representation with their offer. Additional supporting documentation to demonstrate the surplus material offered was previously owned by the Government and meets solicitation requirements must be provided within 24 hours of request by the contracting officer. (1) The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or safety. Yes ?__? No ?__? The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and Government Entity (CAGE) Code and part number, specification, etc.). Yes ?__? No ?__? The material conforms to the revision letter/number, if any is cited. Yes ?__? No ?__? Unknown ?__? If No, the revision does not affect form, fit, function, or interface. Yes__ No __ Unknown __ The material was manufactured by: (Name): _____________________________________________________ (Address): __________________________________________________ (2) The offeror currently possesses the material Yes __ No __ If yes, the offeror purchased the material from a Government selling agency or other source. Yes __ No __ If yes, complete the following: Government Selling Agency: ________________________________ Contract Number: __________________________________________ Contract Date: (Month, Year): _____________________________ Other Source: _____________________________________________ Address: __________________________________________________ Date Acquired: (Month/Year) _______________________________ (3) The material has been altered or modified. Yes __ No __ If Yes, complete the following: Name of the company that performed the alternation or modification: ____________________________________________________________ ?(Address): _______________________________________________ Complete description of the alterations or modifications. ____________________________________________________________________ ____________________________________________________________________ (4) The material has been reconditioned. Yes __ No __ If Yes, complete the following: (i) The price offered includes the cost of reconditioning /refurbishment. Yes __ No __ (ii) Name of the company that reconditioned the material. ____________________________________________________________________ (iii) Description of any work done or to be done, including the components to be replaced and the applicable rebuild standard. ____________________________________________________________________ ____________________________________________________________________ The material contains cure-dated components. Yes __ No __ If Yes, complete the following: (i) The price includes replacement of cure-dated components. Yes __ No __ (ii) Cure date: ____________________ (5) The material has data plates attached. Yes __ No __ If Yes, insert all information contained on the data plate. ____________________________________________________________________ ____________________________________________________________________ (6) The offered material is in its original package. Yes __ No __ If yes, complete the following: Contract Number_______________________________________________ NSN___________________________________________________________ CAGE Code__________________________________________________________ Part Number __________________________________________________ Other Markings/Data___________________________________________ (7) The offeror has supplied this same material (National StockNumber) to the Government before. Yes___ No __ If Yes, complete the following: (i) The material being offered is from the same original Government contract number as that provided previously. Yes __ No __ (ii) State below the Government Agency and contract number under which the material was previously provided: Agency ___________________________________________________ Contract Number___________________________________________ (8) The material is manufactured in accordance with a specification or drawing. Yes __ No __ If Yes, complete the following: (i) The specification/drawing is in the possession of the offeror. Yes __ No __ (ii) The offeror has stated the applicable information below: Yes __ No __ Specification/Drawing Number __________________________________ Revision (if any) _____________________________________________ Date___________________________________________________________ (9) The material has been inspected for correct part number and for absence of corrosion or any obvious defects. Yes __ No __ If Yes, complete the following: (i) Material has been re-preserved. Yes __ No __ (ii) Material has been repackaged. Yes __ No __ (iii) Percentage of material that has been inspected is ____%; and/or (iv) Number of items inspected is _______ (v) A written report was prepared. Yes __ No __ The offeror agrees that in the event of award and notwithstanding the provisions of the solicitation, inspection and acceptance of the surplus material will be performed at source or destination subject to all applicable provisions for source or destination inspection. The offeror will forward one of the following, within 24 hours of request by the contracting officer, to demonstrate that the material being offered was previously owned by the Government (offeror checkwhich one applies): ___ For national or local sales, conducted by sealed bid, spot bid or auction methods, a solicitation/Invitation For Bid and corresponding DLA Disposition Services Form 1427, Notice of Award, Statement and Release Document. ___ For DLA Disposition Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass document and invoices/receipts used by the original purchaser to resell the material. ___ When the above documents are not available, or if they do not identify the specific NSN being acquired, a copy or facsimile of all original package markings and data, including NSN, commercial and Government entity (CAGE) code and part number, and original contract number. (This information has already been provided in paragraph (6) of this procurement note Yes __ No __) ___ When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe: _______________________________________________________________ This procurement note only applies to offers of Government surplus material. Offers of commercial surplus, manufacturer's overruns, residual inventory resulting from terminated Government contracts, and any other material that meets the technical requirements in the solicitation but was not previously owned by the Government will be evaluated in accordance with the DLAD procurement note L04, Offers for Part Numbered Items. If requested by the contracting officer, the offeror shall furnish sample units, in the number specified, to the contracting officer or to another location specified by the contracting officer, within 10 days after the contracting officer's request. The samples will be furnished at no cost to the Government. All such samples not destroyed in evaluation will be returned at the offeror's expense. The samples will be evaluated for form, fit, and function with subassembly, assembly, or equipment with which the items are to be used. End items furnished under any contract award to the offeror furnishing the samples can include the returned samples, and all acceptable end items will have a configuration identical to the samples. If specific tests of the samples' performance are made by the Government, the offeror will be furnished the results of such tests prior to a contract being entered into. In addition to any other inspection examinations and tests required by the contract, the performance of the end items will be required to be as good as that of the samples submitted. In the event of award, the contractor will be responsible for providing material that is in full compliance with all requirements in the contract or order. The surplus material to be furnished must meet the requirements of the current contract or order, whether or not the material met Government requirements in existence at the time the material was initially manufactured or sold to the Government. If higher-level contract quality requirements apply to the material being acquired, those requirements do not apply to surplus material furnished under this contract. C14 Correction of Nonconforming Packaging or Marking (MAY 2020) (1) The Government may correct nonconforming packaging or marking for receipts of DLA-owned materiel if the estimated costs of correction are $1,000 or less. The contracting officer will advise the contractor of the discrepancy and that the Government has corrected the packaging or marking. The contracting officer will make a determination concerning appropriate reimbursement by the contractor for the Government's costs to correct the deficiencies. Upon determining that reimbursement is required, the contracting officer will send a notice to the contractor. Upon receipt of notice from the contracting officer, the contractor shall reimburse the Government for the costs incurred by the Government to correct the deficiencies. (2) If the estimated costs of correction for receipts of DLA-owned materiel are more than $1,000, the contracting officer will advise the contractor of the discrepancy and have the materiel returned to the contractor for correction/resubmittal; or, if there are urgent requirements, have the Government remediate the discrepancy at the contractor's expense. If the Government remediates the discrepancy, the contracting officer will make a determination concerning appropriate reimbursement by the contractor for the Government's costs to correct the deficiencies. Upon determining that reimbursement is required, the contracting officer will send a notice to the contractor. Upon receipt of notice from the contracting officer, the contractor shall reimburse the Government for the costs incurred by the Government to correct the deficiencies. E06 Inspection and Acceptance at Source (JUN 2018) Inspection and acceptance are at source. The place of acceptance is the location where the Government conducts the last inspection before shipment, unless the contractor indicated a different physical location for acceptance below. The contractor shall indicate the location where supplies will be inspected, if different from the production location: Commercial and Government Entity (CAGE) code:__ Address:____________________________________________ Applicable to contract line item numbers(s) (CLIN(s)):_____________ The contractor shall indicate the location where packaging will be inspected, if different from the production location: Commercial and Government Entity (CAGE) code:__ Address:____________________________________________ Applicable to contract line item numbers(s) (CLIN(s)):_____________ The contractor shall indicate the location where packaging will be inspected, if different from the production location: ( ) Same as for supplies OR CAGE code:________________________________________________ Address:__________________________________________________ Applicable to CLIN(s):____________________________________ The contractor shall indicate the location where supplies will be accepted, if different from the inspection location: Commercial and Government Entity (CAGE) code:_____________ Address:__________________________________________________ Applicable to contract line item numbers(s) (CLIN(s)):____ Interested parties may file an agency level protest with the contracting officer or may request an independent review by the chief of the contracting office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer. E03 Production Lot Testing - Contractor (MAY 2020)(1) The purpose of production lot testing (PLT) is to validate quality conformance of products. The contractor shall complete PLT on the production lot(s) after first article approval, if the contract requires first article testing. The contractor shall price the PLT CLIN to cover the cost of the final test report and any approved samples that are consumed, destroyed, or otherwise rendered unusable during testing. The unit of issue for the PLT CLIN, EACH, is equal to one Production Lot Test (1EA=1PLT). (2) For purposes of facilitating PLT, the engineering support activity and/or testing facility has authority to communicate and discuss clarifications directly with contractors. If the Government and/or the contractor identify changes to contract requirements, the contractor shall contact the post award contracting officer or contract administrator (see the ""Issued By"" blocks on the contract award or order) for written approval. The contractor shall not act on any revisions or other changes until the contracting officer issues a written modification approving the proposed (3) The contractor shall provide and maintain an inspection system acceptable to the Government in accordance with FAR Clause 52.246-2 or 52.246-3, and maintain and make available all records evidencing those details if requested by the Government. At least fourteen (14) calendar days (or as otherwise specified in the contract) prior to conducting the production lot test, the contractor shall provide written notice of the time and location of the test to the contracting officer and the cognizant DCMA functional specialist when full administration or quality support administration is delegated to DCMA, so the Government may witness sample selection and the test. (4) Unless otherwise stated, the contractor shall select ?contracting officer shall insert number of samples identified in material master? samples at random from the production lot(s) produced. If the quantity stated in the previous sentence equals ""ZZ,"" the contractor shall use the appropriate sample size identified in the technical data package or applicable sample plan provided by the Government. If the contractor cannot determine the sample quantity, the contractor shall obtain written confirmation of the sample size from the contracting officer. (5) The contractor shall perform all tests on the PLT samples needed to verify/validate the items meet the contract technical/quality requirements. (6) If a PLT sample fails, the entire production lot from which the contractor took the sample fails. The contractor shall notify the contracting officer and propose corrective action, if appropriate. (7) The contractor shall prepare and disseminate the PLT report and applicable traceability documentation as follows: (a) Prepare the test report in accordance with data item description DI-NDTI-80809B, and mark the test report, ""Production Lot Test Report, Contract Number ?contractor insert? and Lot/Item Number ?contractor insert?."" (b) Present the PLT report to the contracting officer for review. (c) Include the following documentation with all shipments of PLT Reports: (i) DD Form 1222 and system of record receiving report (i.e., WAWF or DD Form 250); (ii) Copy of the contract/order; (iii) Copy of all applicable test reports, showing actual results and tolerances specified in the technical data package; (iv) Material and process certifications; (v) Process operations and inspection method sheets; (vi) Copies of drawings used to manufacture the PLT sample, with proper marking to restrict public disclosure (if desired) and from Government use other than for evaluation to the extent consistent with the Government's data rights under the contract; and (vii) Documents required under a contract deliverables requirements list, if applicable. (d) Submit all required documentation to the Government activity specified in the contract in time to allow for at least ?contracting officer shall insert number of days as shown in material master? calendar days for review of the PLT report, and for the contracting officer to provide written notification of approval/disapproval to the contractor. (i) For awards issued by DLA Troop Support Construction and Equipment (SPE8E), email all required documentation to Construction and Equipment PLT Monitor at trpsptcandepltmonitor@dla.mil. If documentation files exceed email limitations, submit to the following address: DLA Troop Support, Attention: Production Lot Testing Monitor, Building 3, 700 Robbins Avenue, Philadelphia, Pennsylvania 19111. (e) For PLT, the Government will conduct inspection at source and acceptance at destination. The FOB point is destination. (f) Delivery. (i) Ship test report to ?contracting officer insert address of the Government activity to receive the report?. (ii) Delivery Schedule Information: (A) _____ Total Delivery Days for FAT (If Applicable) (B) _____ Days: Completion of Production Units (to include PLT samples), PLT, and Submission of PLT Report (C) _____ Days: Government PLT Report Evaluation and Notification to Contractor (D) _____ Days: Delivery of final production quantity to Government (E) _____ Total Delivery Days (Sum of paragraph (ii)(A) through (D) above E04 Production Lot Testing - Government (MAY 2020)(1) The purpose of production lot testing (PLT) is to validate quality conformance of products. The Government conducts PLT on the production lot(s) after first article approval, when a first article is required. The contractor shall price the PLT CLIN to cover the cost of any approved samples that are consumed, destroyed, or otherwise rendered unusable during testing. The unit of issue for the PLT CLIN, EACH, is equal to one Production Lot Test (1EA=1PLT). (2) For purposes of facilitating PLT, the engineering support activity and/or testing facility has authority to communicate and conduct clarifications directly with contractors. If this results in necessary changes to contract requirements, the contractor shall contact the post award contracting officer or contract administrator (see the ""Issued By"" blocks on the contract award or order) for written approval. The contractor shall not act on any revisions or other changes until the contracting officer issues a written modification approving the proposed revision(s)/change(s). (3) The contractor shall provide and maintain an inspection system acceptable to the Government in accordance with FAR Clause 52.246-2 or 52.246-3, and maintain and make available all records evidencing those details if requested by the Government. At least fourteen (14) calendar days (or as otherwise specified in the contract) prior to the date when the contractor will present the production lot for selection of PLT samples, the contractor shall provide written notice to the contracting officer (and the cognizant DCMA functional specialist when full administration or quality support administration is delegated to DCMA). (4) Unless otherwise stated, the contractor shall select ?contracting officer shall insert the number of samples identified in the material master? samples, at random from the production lot(s) produced. If the quantity stated in the previous sentence equals ""ZZ,"" the contractor shall use the appropriate sample size identified in the technical data package or applicable sample plan provided by the Government. If the contractor cannot determine the sample quantity, the contractor shall obtain written confirmation of the sample size from the contracting officer. (5) If a PLT sample fails, the entire production lot from which the contractor took the sample fails. The contractor shall propose corrective action, if appropriate. (6) The Government will return PLT samples to the contractor, with a copy of the test report, at contractor expense. (7) The contractor shall prepare and disseminate the samples as follows: (a) Ship the selected PLT samples by traceable means. ?Mark the shipment ""Production Lot Samples - Do Not Post To Stock,"" Contract Number ?contractor insert? and Lot/Item Number ?contractor insert?"". Place a copy of the system of record receiving report (i.e., WAWF or DD Form 250) on the exterior of the shipping container in accordance with DFARS Appendix F. Mark the exterior of the shipping container in accordance with MIL-STD-129 (latest revision), paragraph 5.11.(b)Include the following interior documentation: (i) DD Form 1222 and system of record receiving report (i.e., WAWF or DD Form 250); (ii) Copy of contract/order; (iii) Copy of test reports, showing actual results and tolerances specified in the technical data package; (iv) Material and process certifications; (v) Process operations and inspection method sheets; (vi) Copies of drawings used to manufacture the PLT sample (proper marking to assert proprietary or other rights to restrict public disclosure is the contractor's responsibility); (vii) Documents required under contract deliverables requirements list; and (viii) A prepaid shipping label or document with the information required to return the PLT samples to the contractor at no cost to the Government. (5) At the time of shipment, the contractor shall sign and provide copies of the DD Form 1222, system of record receiving report (i.e., WAWF or DD Form 250), transportation tracking information, and information for return of the PLT samples to the contracting officer. The Government testing time will be ?contracting officer insert number of days for test, as shown in the material master calendar days for the test results to be provided to the contractor. (6) For PLT, the Government will conduct inspection at source and acceptance at destination. The FOB point is destination. (7) Delivery. (a)Ship samples to ?contracting officer insert address of the Government activity to receive the samples?. (b)Delivery Schedule Information: (i)___ Total Delivery Days for FAT (If Applicable) (ii)___ Days: Completion of Production Units (to include PLT samples), and Submission of samples forGovernment Testing (iii)___ Days: Government PLT Report Evaluation and Notification to Contractor (iv)___ Days: Delivery of final production quantity to Government (v)___ Total Delivery Days (Sum of paragraph (i) through (iv)) E08 First Article Testing Requirements (MAR 2025)(1) If there is not a separate contract line item number (CLIN) for FAT, the offeror shall include all costs and risk associated with completion of the FAT requirement in the production CLIN price. (2) If there is a separate FAT CLIN, the offeror shall include all costs and risk associated with completion of the FAT requirement in the FAT CLIN price. The unit of issue for the FAT CLIN, EACH, is equal to one First Article Test (1EA=1FAT). To receive payment for any costs associated with FAT, the offeror shall propose costs associated with FAT on a separate CLIN. The offeror shall base the production CLIN price solely on all costs associated with completion of the production units and shall exclude all FAT-related costs. (3) The contracting officer will use the total award price in selecting the best value offer from among all eligible offerors. However, for an offeror to be eligible for award, the contracting officer must determine that the FAT CLIN price (unless FAT is waived) and the production CLIN price are fair and reasonable; and, if set-aside under FAR Part 19, a fair market price. The offeror shall not propose a FAT CLIN price that is materially unbalanced in relation to the production CLIN price. In the event an offeror receives a waiver of the FAT requirement, the contracting officer will deduct the FAT CLIN price for the waived source in determining the total award price. (4)(a) Notwithstanding the conditions for waiving first article, the contracting officer may order an additional first article sample, or portion thereof, in writing if there is a- (i) Major change to the technical data; (ii) Lapse in production for a period in excess of 90 days; or (iii) Change in the place of performance (manufacturing facility), manufacturing process, material used,drawing, specification or source of (b) When conditions in paragraphs (4)(a)(i), (ii), or (iii) occur, the Contractor shall notify the contracting officer; who will determine whether to order an additional first article sample or portion thereof and provide instructions concerning the submission, inspection, and notification of results. The contractor shall bear the costs of the additional first article testing resulting from any of the causes in paragraphs (4)(a)(i)-(iii) instituted by the contractor and not due to changes directed by the Government. (5) Waivers. The offeror may submit a request for FAT waiver to the contracting officer, who may waive the FAT requirement when all of the following criteria apply: (a) The offeror requesting waiver has successfully manufactured, delivered and the government accepted the item or a similar item. The offeror shall provide the following information and be prepared to provide documentary evidence upon the contracting officer's request: (i) Contract number(s), date(s), and issuing Government agency or agencies. (ii) Description of item previously furnished, identified by part number, type, model number and/or other identifying information. If the item previously furnished is similarbut not identical to the item being acquired under the current buy, the offeror shall explain why manufacture of the item previously furnished is sufficient to demonstrate its ability to manufacture the item being acquired under the current buy without need for a first article test. (iii) Engineering control document/change number of item previously furnished. (b) There have been no changes to manufacturing processes, tooling, or place of performance. (c) There have been no changes to manufacturing data (e.g., drawing revisions that change materials, dimensions, processes, inspection or testing requirements; or subcontractors used to manufacture the items successfully in the past). (d) The offeror shall supply an item of the same design and manufactured by the same method at the same facilities as the item or similar item previously furnished and accepted under subparagraph (5)(a). (6) Contractor-Performed FAT. (a) The contractor shall test the quantities as outlined in paragraph (a) of FAR clause 52.209- 3 as specified in the contract. The contractor shall submit reports in accordance with paragraph (b) of FAR clause 52.209-3, as supplemented in this procurement note. (b) For test report preparation and delivery of contractor FAT, the contractor shall- (i) Use the data item description DI-NDTI-80809B report format. (ii) Mark the test report with the following: ""First article test report - Contract number: ?insert contract number? and lot/item number: ?insert lot/item number?. (iii) Sign the FAT Report, accompanied by the system of record receiving report (i.e., WAWF or? DD Form 250) and contractor confirmation that the same process and facilities used to manufacture the first article units will be used to manufacture the production units, to the contracting officer at the applicable address shown below: (A) For awards issued by DLA Aviation; or DLA Troop Support Clothing and Textile (C&T), Medical Materiel, or Subsistence, submit the report to the procuring activity in Block 6 of the D...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e615d42b88034c3db6ca1cd1ab0b53ca/view)
 
Record
SN07466153-F 20250606/250604230051 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.