Cleaning Tenders
Cleaning Tenders
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||x|tbd|||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo) Type|n/a|tbd|sprpa1|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|n/a|
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
estimate Of Percentage Of Recovered Material Content For Epa Designated Products (may 2008))|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And 2025-o0004))|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1|215-737-7149|
requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|electronic Media|
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
no Drawings Are Available For This Request For Quotation.
this Solicitation Is Being Issued Under Emergency Acquisition Flexibilities(eaf) Formally Known As Sepa.
this Is A Cai Item.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 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.
1.2.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
cca,sbc 4v ;0rh1680016618915; Nsn , ;77a600541g1; Part Number, Shall Be Performed Iaw: Cca,sbc 4v ;available Repair Manuals, Drawings And Specifications Per P/n Requirements; Publication (s).
1.2.2 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.
1.3 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.4 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany 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.
1.5 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.6 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 Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. 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 Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Waiver/deviation Via The Dcmc To The Navicp Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
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:
cca,sbc 4v ;77a600541g1; P/n, ;0rh1680016618915; Nsn, ;available Repair Manuals, Drawings And Specifications Per P/n Requirements; 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.
cca,sbc 4v ;lockheed Martin Corp; Company Name , ;497 Electronics Pkwy Bldg 5, Liverpool Ny, 13088-6062; Address , ;03538; 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
SID SO Tender
France
Closing Date27 May 2025
Tender AmountEUR 1.4 Million (USD 1.5 Million)
Description: France – Sewage, Refuse, Cleaning And Environmental Services – 33 - Cazaux - Ba 120 - Accord-cadre À Bons De Commande Relatif À La Maintenance, Exploitation, Travaux Des Installations D'eaux Et Environnementales Des Emprises De Cazaux Et Leurs Annexes.
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date1 May 2025
Tender AmountRefer Documents
Description: Proposed Procurement For Nsn 2940015700293 Air,cleaner,intake:
line 0001 Qty 152 Ui Ea Deliver To: By: 0060 Days Ado
this Solicitation May Result In An Automated Idc (indefinite Delivery Contract). The Term Of The Contract/order Will Be One Year Or Until The Aggregate Total Of Orders Placed Against The Contract/order Reach 250000.00. The Estimated Number Of Orders Per Year Is 12. The Guaranteed Minimum Quantity Will Be 22. Items Will Be Shipped To Various Conus And Oconus (via Consolidation And Containerization Point) Dla Depots.
approved Sources Are 10855 30-60049-20p24; 5dbw3 30-60049-20p12.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
DEPT OF THE NAVY USA Tender
United States
Closing Date16 May 2025
Tender AmountRefer Documents
Description: Contact Information|4|tbd|tbd|tbd|tbd|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||x||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And 2025-o0004))|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
this Request For Proposal/ Quote (rfp) Is For The Repair Of The Following:
niin: 016485009
nomen: Actuator,assy,crov
p/n: 2056as0305-2
qty: 1
please Submit Quote Via Email To Brian.emde@navy.mil By The Due Date Specified On Page 1, Block 10.
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, The Information Detailed In The Navsup Wss Source
approval Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
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 Requirement
may Be Continued Based On Fleet Support Needs.
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 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.
1.4 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.
1.4.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
actuator,assy,crov, ;1710-01-648-5009; Nsn , ;2056as0305-2; Part Number, Shall Be Performed Iaw: Actuator,assy,crov, ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision K.;
publication (s).
1.4.2 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.
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 ;nawcad Lakehurst Drawing; Drawing Number ( ;30003; ) ;2056as0305-2; , Revision ;k; 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=mpr-1221 |80020| T| |d| | | |
drawing Data=2056as0105 |30003| M| |d| | | |
drawing Data=2056as0302-1 |30003| J| |d| | | |
drawing Data=2056as0304-2 |30003| D| |d| | | |
drawing Data=2056as0305-2 |30003| K| |d| | | |
drawing Data=2056as0312-3 |30003| J| |d| | | |
drawing Data=2056as0320-1 |30003| J| |d| | | |
drawing Data=2056as0321 |30003| C| |d| | | |
drawing Data=2056as0334-1 |30003| J| |d| | | |
drawing Data=2056as0335-1 |30003| D| |d| | | |
drawing Data=2056as0338-1 |30003| B| |d| | | |
drawing Data=2056as0346-1 |30003| A| |d| | | |
drawing Data=2056as0358-1 |30003| A| |d| | | |
drawing Data=2056as0364-1 |30003| A| |d| | | |
drawing Data=2056as0365 |30003| A| |d| | | |
drawing Data=2056as0367-1 |30003| -| |d| | | |
drawing Data=2056as0370-1 |30003| C| |d| | | |
drawing Data=2056as0377-1 |30003| -| |d| | | |
drawing Data=2056as0378-1 |30003| -| |d| | | |
drawing Data=2056as0386-1 |30003| A| |d| | | |
drawing Data=2056as0509-1 |30003| D| |d| | | |
drawing Data=2056as0550-3 |30003| B| |d| | | |
drawing Data=2056as0551-3 |30003| C| |d| | | |
drawing Data=2056as0553-1 |30003| C| |d| | | |
drawing Data=2056as0554-1 |30003| -| |d| | | |
drawing Data=2056as0555-2 |30003| J| |d| | | |
drawing Data=2056as0570 |30003| A| |d| | | |
drawing Data=2056as0571-1 |30003| -| |d| | | |
drawing Data=2056as0572-2 |30003| -| |d| | | |
drawing Data=2056as0573-1 |30003| -| |d| | | |
drawing Data=2056as1501 |30003| K| |d| | | |
drawing Data=2056as3490-g02 |30003| C| |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:
actuator,assy,crov, ;2056as0305-2; P/n, ;1710-01-648-5009; Nsn, ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings. Revision K.;
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.
actuator,assy,crov, ;tbd.; Company Name , ;tbd.; Address , ;tbd.; 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
1. Unique Requirements: A. The Contractor/overhaul Activity Shall Provide The Repair Procedure (including Weld Repair Procedures) They Will Follow To Nawcadlke Engineering For Review And Approval Prior To Commencing Repairs. The Repair Procedure Shall Be Forwarded Per The
overhaul/repair Procedure Cdrl Provided In This Document. Nawcadlke Engineering Poc Is David.j.wuchter.civ@us.navy.mil.
2. Interim Inspection Requirements: A. See Enclosure 1 Identified In Drawing Update Sheet.
3. Alre Csi Parts Require Certification. A. When Certified, An Alre Part Is Marked With A Material Identification Code(mic). Nawcadlke Qa Will Providethe Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shallbe In The Same Methodology As
the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Orbelow).
4. Receipt Inspection And Certification Of Sub-components: A. P/ns 2056as0302-1, 2056as0320-1, 2056as0335-1, And 2056as0555-2 Shall Be Certified At The Time Of Interim Inspection.
5. Receipt Inspection And Certification Of The Top Assembly: A. The Receipt Inspection And Certification Of The Top Assembly, P/n 2056as0305-2, Shall Occur During The Final Inspection.
6. 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 Item(csi).
quality Assurance Requirements:
1. 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 Jose.g.torraca.civ@us.navy.mil, Nawc Qa Section Code Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled To Be P Resented 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. 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. 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 Jose.g.torraca.civ@us.navy.mil, 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. 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.
2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: A. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; B. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; C. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 D. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Definedby Ansi Z1.4.
3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Accredited By One Of The
accredited By One Of The Oss 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 To Ensure Receipt Of Correct Material.
4. First Article Testing: N/a
5. Production Lot Special Tests: N/a
6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing.
7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear
the Symbols Of Accreditation And The Accreditation Body. A. American Association For Laboratory Accreditation (a2la) B. Ansi National Accreditation Board (anab) C. International Accreditation Service, Inc. (ias) D. National Voluntary Laboratory Accreditation Program (nvlap) E. Perry Johnson Laboratory Accreditation, Inc. (pjla) F. Canadian Association For Laboratory Accreditation Inc. (cala) G. Standards Council Of Canada (scc)
4.1 Review Documentation As Provided Under Dd 1423 Requirements.
4.2 Critical Manufacturing Processes
( ;n/a; ) Heat Treat
( ;applies; ) Welding
( ;n/a; ) Cadmium Plating
( ;required; ) Engineering Chrome Plating
( ;n/a; ) Nickel Chrome Plating
( ;n/a; ) Casting(s)
( ;n/a; ) Forging(s)
( ;applies; ) Mpr (material Processing Requirements)
4.3 Special Inspection Requirements
( ;applies; ) Magnetic Particle Inspection
( ;applies; ) Surface Inspection
( ;applies; ) Penetrant Inspection
( ; ; ) Radiographic Inspection
( ;applies; ) Ultrsonic Inspection
( ; ; ) High Shock Test
( ; ; ) 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 ;jose Torraca Nawcadlke Qa Rep / Tel: (732)-323-2834
e-mail: Jose.g.torraca.civ@us.navy.mil; 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.
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 Attached Nawc Lke Drawing Update Sheet.
navsup Reference Only: Procurement Tdr (23-10056) Repair Tdr (24-10114a).
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 And Been Approved Will Be Eligible For Award Under This
solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation.
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.
\ date Of First Submission=asreq
(block 16) Remarks:
(block 12) Date Of First Submission. Concurrently With Final Inspection.
the Data Requirements Below Only Apply To Parts That Are Being Newly Manufactured. If A Drawing/document Listed Below Involves A Part That Is Being Reused/repaired, Then The Data Requested Below For That Part Does Not Need To Be Provided. If All The Data Requests
cited Below Involve Parts That Are Being Reused/repaired, Then This Entire Cdrl Does Not Apply And Can Be Disregarded.
data Requirements A. Copies Of All Approved Requests For Variations. B. Dimensional Inspection Iaw Qcl No. Fs-016 Per Navair 51-5bca-3.1. C. Surface Preparation And Finish Per Navair 51-5bca-3.1. D. Magnetic Particle Inspection Per Navair 51-5bca-3.1. E. Ultrasonic Inspection Per Navsea T9074-as-gib-010/271. F. Dye Penetrant Inspection Per Navair 51-5bca-3.1. G. Welding And Welder Performance Qualifications Per Drawing 2056as0302. H. Hydrostatic Testing Per Navair 51-5bca-3.1.i. I. Lubrication Per Navair 51-5bca-3.1. J. Torque Values Per Navair 51-5bca-3.1. K. Torque Values Per Note 21 Of Drawing 2056as0320. L. Thread Dimensions And Acceptability Of Threads Per Navair 51-5bca-3.1. M. Uid Tags Per Navair 51-5bca-3.1. date Of First Submission=asreq
(block 16) Remarks.
block 4: Data Item Description, Section 7.1 Is Amended To Include The Following: Weld Procedure Iaw Aws D1.1 (structural Steel) Clause 4, Aws D1.2(aluminum) Clause 3, Aws D1.6 (stainless) Clause 4, Aws D14.1 (cranes & M.h.e.) Clause 9, Or Other Specifications As
listed On The System Drawings.
for The Purposes Of Aws Welding Requirements, "owner" Is Defined As Nawcadlke Lakehurst And "engineer" Is Defined As Engineering Authority Who Resides In Nawcadlke Code Bl14000.
block 7: The Cdrl Deliverable Shall Be Approved By A Designated Government Representative Via A Program Management Correspondence. Government Has 30 Days To Review And Provide Comments Or Approval. Additional Review Time May Be Required Based On High Volume Of
submittals Such That The Number Of Reviews In Process Exceed Ten Procedures. Contractor Has 45 Days After Receipt Of Government Comments To Resubmit.
block 9: See Exhibits, Distribution Statement.
block 10: Deliver One Time For Each Weld Application Type For Each Contractor Or Subcontractor. For Previously Approved Procedures, Contractor May Submit Proof Of Previous Approval.
block 12: Submit Nlt 60 Days Prior To Start Of Manufacture Of Items Requiring Welding Governed By Aws Welding Requirements.
block 13: Contractor Must Resubmit For Any Changes In Procedure Or Change In Weld Activity Location.
block 14: Electronic Copies Of All Data Submittals Shall Be Provided And Accessible Via The Integrated Digital Environment. Notification Shall Be Provided By Email In Accordance With Supplement 2 To Exhibits, Cdrl Addressees. date Of First Submission=asreq
(block 16) Remarks:
block 4: Data Item Description, Section 7.1 Is Amended To Include The Following: The Weld Procedure Qualification Test Report, Including All Supporting Material And Laboratory Test Reports And Documentation, Iaw Aws D1.1(structural Steel) Clause 4, Aws D1.2
(aluminum) Clause 3, Aws D1.6 (stainless) Clause 4, Aws D14.1 (cranes & M.h.e.) Clause 9, Or Other Specifications As Listed On The System Drawings.
for The Purposes Of Aws Welding Requirements, "owner" Is Defined As Nawcadlke Lakehurst And "engineer" Is Defined As Engineering Authority Who Resides In Nawcadlke Code Bl14000.
block 7: The Cdrl Deliverable Shall Be Approved By A Designatedgovernment Representative Via A Program Management Correspondence. Government Has 30 Days To Review And Provide Comments Or Approval. Additional Review Time May Be Required Based On High Volume Of
submittals Such That The Number Of Reviews In Process Exceed Ten Procedures. Contractor Has 45 Days After Receipt Of Government Comments To Resubmit.
block 9: See Exhibits, Distribution Statement.
block 10: Deliver One Time For Each Weld Application Type For Each Contractor Or Subcontractor. For Previously Approved Procedures, Contractor May Submit Proof Of Previous Approval.
block 12: Submit Nlt 60 Days Prior To Start Of Manufacture Of Items Requiring Welding Governed By Aws Welding Requirements.
block 13: Contractor Must Resubmit For Any Changes In Procedure Or Change In Weld Activity Location.
block 14: Electronic Copies Of All Data Submittals Shall Be Provided And Accessible Via The Integrated Digital Environment. Notification Shall Be Provided By Email In Accordance With Supplement 2 To Exhibits, Cdrl Addressees. date Of First Submission=asreq
(block 16) Remarks.
(block 4) Data Requirments.
welder Performance Qualification Record Iaw Aws D1.1 (structural Steel) Clause Aws D1.2 (aluminum) Clause 3, Aws D1.6 (stainless) Clause 4, Aws D14.1(cranes & M.h.e.) Clause 9, Or Other Specifications As Listed On The System Drawings
for The Purposes Of Aws Welding Requirements, "owner" Is Defined As Nawcadlke Lakehurst And "engineer" Is Defined As Engineering Authority Who Resides In Nawcadlke Code Bl14000.
block 7: The Cdrl Deliverable Shall Be Approved By A Designated Government Representative Via A Program Management Correspondence. Government Has 30 Days To Review And Provide Comments Or Approval. Contractor Has 45 Days After Receipt Of Government Comments To
resubmit.
block 9: See Exhibits, Distribution Statement.
block 10: Submit One Time For Each Manufacturing Entity That Performs Welding.
block 12: Submit Nlt 60 Days Prior To Start Of Manufacture Of Items Requiring Wgoverned By Aws Welding Requirements.
block 13: Contractor Must Resubmit For Any Changes In Procedure Or Change In Weld Activity Location.
block 14: Electronic Copies Of All Data Submittals Shall Be Provided And Accessible Via The Integrated Digital Environment. Notification Shall Be Provided By Email In Accordance With Supplement 2 To Exhibits, Cdrl Addressees. date Of First Submission=asreq
(block 16). Remarks:
block 4: Data Requirements
level Iii, Asnt Certification For Ndt Inspection Personnel Iaw Aws D1.1 Clause 6 - Part D Paragraph 6.14.6.1; Aws D1.2 Clause 5 - Part A, Paragraph 5.7.6.2; Aws D1.6 Clause 6 - Part A, Paragraph 6.2.7, Aws D14.1 Clause 10, Paragraph 10.1.
for The Purposes Of Aws Welding Requirements, "owner" Is Defined As Nawcadlke Lakehurst And "engineer" Is Defined As Engineering Authority Who Resides In Nawcadlke Code Bl14000.
block 7: The Cdrl Deliverable Shall Be Approved By A Designated Government Representative Via A Program Management Correspondence. Government Has 30 Days To Review And Provide Comments Or Approval. Contractor Has 45 Days After Receipt Of Government Comments To
resubmit.
block 9: See Exhibits, Distribution Statement.
block 10: Submit One Time For Each Manufacturing Entity That Performs Welding.
block 12: Submit Nlt 60 Days Prior To Start Of Manufacture Of Items Requiring Welding Governed By Aws Welding Requirements.
block 13: Contractor Must Resubmit For Any Changes In Procedure Or Change In Weld Activity Location.
block 14: Electronic Copies Of All Data Submittals Shall Be Provided And Accessible Via The Integrated Digital Environment. Notification Shall Be Provided By Email In Accordance With Supplement 2 To Exhibits, Cdrl Addressees date Of First Submission=asreq
(16. Remarks)
block 4: Data Requirements
required Weld Inspection Procedures Including The Detailed Written Procedure For Particle Testing, Astm E1444 Paragraph 5, General Practice Or For Liquid Penetrant Testing, Astm E1417 Paragraph 6, General Practice.
for The Purposes Of Aws Welding Requirements, "owner" Is Defined As Nawcadlke Lakehurst And "engineer" Is Defined As Engineering Authority Who Resides In Nawcadlke Code Bl14000.
block 7: The Cdrl Deliverable Shall Be Approved By A Designated Government Representative Via A Program Management Correspondence. Government Has 30 Days To Review And Provide Comments Or Approval. Contractor Has 45 Days After Receipt Of Government Comments To
resubmit.
block 9: See Exhibits, Distribution Statement.
block 10: Submit One Time For Each Manufacturing Entity That Performs Welding.
block 12: Submit Nlt 60 Days Prior To Start Of Manufacture Of Items Requiring Welding Governed By Aws Welding Requirements.
block 13: Contractor Must Resubmit For Any Changes In Procedure Or Change In Weactivity Location.
block 14: Electronic Copies Of All Data Submittals Shall Be Provided And Accessible Via The Integrated Digital Environment.
notification Shall Be Provided By Email In Accordance With Supplement 2 To Exhibits, Cdrl Addressees. date Of First Submission=asreq
(block 3). Subtitle. Inspection Hold Points For Quality Assurance.
(block 12). Date Of First Submission. Prior To Commencing Overhaul.
(block 16). Remarks
if The Extent Of The Repair Effort For This Assembly Is Beyond The Scope Of The Existing Nawcadlke/navair Approved Overhaul/repair Procedure For This Assembly Then The Overhauling Contractor Or Activity Shall Provide A Step-by-step Overhaul Procedure For
disassembly And Reassembly. Nawcadlke Engineering Poc Is David.j.wuchter.civ@us.navy.mil.
the Overhaul Procedure Shall Be Subject To Navair Approval Prior To Commencing Overhaul. The Procedure Shall Include Suggested Quality Assurance "hold Points" As Required To Ensure That Any Csi/cai Components Or Processes That Cannot Be Adequately Inspected At
final Assembly Are Accessible For Proper Interim Inspection.
DEPT OF THE NAVY USA Tender
United States
Closing Date2 May 2025
Tender AmountRefer Documents
Details: Site Visit Is Scheduled And Highly Recommended.on Site Visit Thursday, April 24, 2025 At 1 Pm Pdt. For A Site Visit Appointment, The Point Of Contact Is Mr. Brad Covert, Training Resource Officer , Phone: 760-830-4777. Participants As Instructed Will Meet At Usmc/mcagcc/magtftc Twentynine Palms, Ca, 92278. performance Work Statement (pws) Range Training Area Maintenance Section (rtams) A/v Cm/pm Svcs scope This Performance Work Statement (pws) Describes Repair Services For The Range Training Area Maintenance Section (rtams) Audio And Visual (a/v) Equipment In The Identified Rooms In Building 1707, Marine Corps Base, Twentynine Palms, Ca. The Objective Is To Maintain The Current Equipment In Operational Condition To The Maximum Extent Possible, Minimizing The Need For Equipment Upgrades And Ensuring Continued Functionality. The Contractor Shall Provide All Labor, Management, Supervision, And Non-furnished Tools Necessary To Perform The Repair Of The Items As Identified In The Attachment. work Site Locations The Work Will Be Performed At The Following Location: building 1707, Marine Corps Base, Twentynine Palms, Ca classrooms: 103 (classroom A), 104 (classroom B), 105 (classroom C), 106 (classroom D), 108 (conference Room), 111 (training Room). the Four (4) Primary Classrooms Share A Standardized A/v Configuration. The Conference Room And (rmtk) Room Contains Standalone Systems With Unique Configurations. A Site Visit Is Strongly Recommended. performance Requirements/tasks The Contractor Shall Perform The Following Tasks In Accordance With The Standards And Expectations Outlined In This Pws: 3.1: Preventative Maintenance (pm) Visits the Contractor Shall Perform Quarterly Visits To All Work Site Locations, Ensuring Focus On Preventative Maintenance, Reliability And The Prolonged Functionality Of The A/v Systems. these Visits Shall Include: cleaning Of All Audio/visual Equipment. conducting Comprehensive System Functionality Tests To Proactively Recognize Potential Issues. inspecting And Maintaining All Ups Battery Components For The Audio/visual Equipment. implementing Minor Adjustments Or Firmware Updates To Optimize System Performance. provide A Detailed Pm Report, To Include Findings And Any Necessary Recommendations, Shall Be Submitted Within 10 Working Days Of Each Visit. the Installed Equipment Includes Planar Display Screens And Tripplite Ups Systems. Internal A/v Hardware Components Include Devices Manufactured By Amx And Extron. Specific Models May Vary And Can Be Confirmed During Onsite Inspections. 3.2: Corrective Maintenance (cm) And Repairs the Contractor Shall Diagnose, Troubleshoot, And Repair Issues Affecting The Functionality Of The Audio/visual Systems In The Designated Rooms. this Includes Addressing Deficiencies Identified During Inspections, Routine Maintenance, Or As Reported By End Users To Ensure Operational Efficiency. the Contractor Shall Take All Necessary Corrective Actions To Restore Full System Functionality And Provide Recommendations For Sustaining Long-term Performance. all Cm Repairs Shall Be Documented, And A Detailed Report Shall Be Provided Within 10 Working Days Of Completion. equipment Replacement Should Be Brand Name Or Equal And Interoperable With The Existing Systems. 3.3: Over And Above Work each Cm Task Order Will Require The Contractor To Submit A Quote (to The Co/cor) Identifying The Materials And Repair Parts Needed For Completion Of Cm Tasks. Over And Above Work Material/supplies Shall Be Determined To Be Fair And Reasonable And Negotiated If Necessary Prior To Performance Of The Work (max 52 Per Yr). The Government Has The Right To Purchase Required Supplies And Materials From Another Source Due To The Lack Of Price Reasonableness From The Contractor. emergency Support contractor Must Be Prepared To Provide At A Minimum, Two 24–48 Hour Emergency Response Service Calls Annually, As Directed Through The Contracting Officer Representative (cor) And The Technical Point Of Contact (tpoc). The Cor/tpoc Will Be Presented At The Time Of Award. developing Problems On Equipment Will Be Communicated Via Phone With A Requested Support Window Of Three (3) Business Days. Standard Requests Will Be Scheduled Via Email Coordination. remote Help Desk Support Shall Be Included As A Required Component Of Services And Must Be Available For Issue Resolution And Coordination Outside Of Scheduled On-site Support. contractor Quality Assurance The Contractor Shall Establish And Maintain An Effective Quality Assurance System To Ensure Compliance With The Performance Requirements Standards Of This Pws. The System Shall Include: regular Internal Inspections And Audits. documentation Of Inspection Results And The Corrective Actions Taken. compliance With Government-specified Quality Control Procedures. reporting Procedures For Non-conformance Issues And Resolution Timelines. the Government Reserves The Right To Conduct Performance Evaluations And Quality Assurance Inspections To Ensure Compliance With Contractual Requirements. The Contractor Shall Also Cooperate Fully With Government Representatives Cor/tpoc In The Evaluation Process. warranty all New Equipment Furnished By The Contractor Shall Be Accompanied By A Manufacturer’s Standard Warranty. the Contractor Shall Be Solely Responsible For Ensuring That Warranty Repairs Are Made. hours Of Work all Work Will Be Conducted During Standard Work Hours, Monday Through Friday, 0800 – 1700 Pacific Time. alternate Work Hours May Be Pre-arranged With The Contracting Officer Representative (cor) Or Technical Point Of Contact (tpoc) Provided At The Time Of Award. contractors Shall Reserve Service Calls In Advance, To Avoid Conflicts With Room Scheduling Or Occupancy. While No Special Access To The Rooms Is Required, Scheduling Should Account For Room Availability. contracting Officer Representative (cor) the Designated Cor Shall Be The Technical Point Of Contact For The Government. The Cor Shall Be Appointed In Writing By The Contracting Officer Of The Regional Contracting Office (rco). upon Learning Of Any Discrepancy During The Service Period, The Cor Will Contact The Contractor And Coordinate A Resolution. All Logistical Coordination And Contact With The Contractor Shall Be Initiated By The Designated Cor. the Cor Shall Coordinate With The Contractor Their Base Access To The Installation. Only Authorized Representatives May Render Contractor Services, Unless The List Is Subsequently Modified By Mutual Agreement Between The Contractor And The Cor To Add/delete Or Terminate Authorized Representatives. the Cor Shall Review And Certify The Contractor’s Invoice In Wide Area Workflow (wawf) To Ensure That Services Cited Have Been Performed; And Are Consistent And Reasonable For The Effort Completed During The Period Covered By The Invoice. the Cor Shall Monitor The Contractor’s Service Progress, Costs, And Quality Of Performance; Notify The Contractor Of Deficiencies Observed During Surveillance And Direct Appropriate Action To Effect Correction. the Cor Shall Record And Report To The Contracting Officer Any Incidents Of Faulty Or Nonconforming Service, Delays Or Problems. the Cor Is Not Authorized To Make Changes Or Provide Monetary Adjustments To The Contract. The Only Authority That Can Make Contractual Changes Is The Contracting Officer Of The Regional Contracting Office At (760) 830-5118. The Designated Cor Will Be Assigned Upon Award. all Contractor Technicians Must Be Eligible For Base Access And Have No Background Offenses That Would Bar Them From Entering A U.s. Military Installation. Base Access Will Be Facilitated Through Government Sponsorship.
DEPT OF THE ARMY USA Tender
United States
Closing Date16 May 2025
Tender AmountRefer Documents
Description: Solicitation: W911yp25qa0005 agency/office: Utah Army National Guard / Uspfo delivery Location: Utah Army National Guard / G4 - 12953 S Minuteman Dr. Draper, Ut 84020 subject: Oxygen Booster Pump response Due Date: 0800 Am Mst 16 May 2025 contracting Poc: William T. Brown Iii; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273 1.0 Synopsis / Description: *****this Requirement Is Being Solicited As A Brand-name Total Small Business Set-aside. Only Quotes From Registered Sbs In Sam.gov Will Be Accepted***** this Is A Combined Synopsis/solicitationforcommercial Productsorcommercial Servicesprepared In Accordance With The Format Insubpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlysolicitation; Proposals Are Being Requested And A Writtensolicitationwill Not Be Issued. The Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-006. This Acquisition Currently Has No Defense Priorities And Allocations System (dpas) Ratings. this Acquisition Is Being Solicited As A Brand-name Total Small Business Set-aside Under Naics Code 333912 - “air And Gas Compressor Manufacturing” Which Has A Small Business Size Standard Of 1000 Employees (www.sba.gov). For Vendor’s Quotes To Be Considered, You Must Be Registered In System For Award Management (sam) At Https://www.sam.gov As A Small Business Under This Naics Code Or Very Similar Naics Code And Small Business Size Standard. Wholesaler Naics Codes Will Not Be Accepted. Delivery Shall Occur Within 90 Days Aro. This Acquisition Currently Has No Defense Priorities And Allocations System (dpas) Ratings. This Requirement Is Subject To Availability Of Funding Per Far 52.232-18. technical Characteristics: oxygen Booster Pump (1 Ea) 115 Vac, 24 Amps, 1-phase, 60 Hz Booster Model Hihpg2-21059 must Be On The Approved For Navy Use List (anu) must Be Able To Simultaneously Fill Multiple Bailout Bottles Listed Below With Aviators Breathing Oxygen To 3000/4500 Psi must Be Able To Fill The Solr 3,000 Psi And Eaton 3,000 Psi Bailout Bottle must Be Able To Simultaneously Fill Multiple Legacy Bottles (twin 50/53-, And 6-man Consoles) With Aviators Breathing Oxygen To 1800 Psi must Be An Electrically Driven Pump must Be Able To Fill Cylinders At Nearly Ambient Temperature must Be An Electrically Driven Pump (115 V, 60 Hz) must Be Air Cooled must Have Outlet And Bleed Valves must Have Inlet And Outlet Pressure Gauges must Be O2 Cleaned To Mil-std 1330d With Certification must Have Gas Inlet Pressure Reducing Regulator To Control Safe Fill Rates 1.1 Set-aside / Far Regulation: any Award Resulting From This Solicitation Will Be Made Using A Total Small Business Set-aside Order Of Precedence As Follows: in Accordance With Far Subpart 19.502-2 Total Small Business Set-aside Procedures, Any Awards Under This Solicitation Will Be Made On A Competitive Basis First To Small Business Concerns In Accordance With Far 19.502-2. If There Are No Acceptable Offers From Small Business Concerns, The Set-aside Shall Be Withdrawn And The Requirement, If Still Valid, Will Be Made On The Basis Of Full And Open Competition Considering All Offers Submitted By Responsible Business Concerns. 1.2 Contract Type / Evaluation Criteria: this Rfp Is Subject To Availability Of Funds Per Far 52.232-18. The Contract Type For This Procurement Will Be Firm-fixed Price (ffp) And Award Evaluation Criteria Will Be Based On An All Or None Basis Using Lowest Price Technically Acceptable (lpta) Evaluation Criteria For All Items Conforming To The Minimum Requirements And Specifications Of Items Listed. Offers That Exceed Funds Availability Or Do Not Meet Minimum Technical Requirements Will Not Be Considered For Award. The Offer Must Be Registered In System For Award Management (sam) To Be Eligible For Award. 1.3 Eligibility For Award (sam Registration & Cyber Security Basic Nist Assessment): all Firms Or Individuals Responding Must Meet All Standards Required To Conduct Business With The Government, Including Having An Active Sam Registration And Be In Good Standing. All Qualified Responses Will Be Considered By The Government. In Addition To Providing Pricing Each Quote Must Include Vendor's Cage/ Unique Entity Id Number, Federal Tax Number, And Must Include Point Of Contact Information. prospective Offerors May Obtain Information On Registration At Www.sam.gov. Iaw Far 52.204-7 And Dfars 252.204-7007 Alt A, Prospective Vendors Must Be Registered In The Sam Database Prior To Award. Lack Of Sam Registration Shall Be A Determining Factor For Award And Your Bid May Be Disqualified For Not Being Registered And Active In Sam.gov. vendors Must Have Completed The Cyber Security Basic Nist Assessment Nist Sp 800-171 In The Past 3 Years In Compliance With Dfars Clause 252.204.7012 Safeguarding Covered Defense Information And Cyber Incident Reporting. If You Have Not Completed Your Basic Nist Assessment, Please Follow The Links Below With Training And The Entry Point For Completing The Basic Assessment. The Sba Procurement Technical Assistance Centers (ptacs) May Be Able To Assist Small Businesses In Completing This Basic Assessment If They Run Into Issues.” https://usg01.safelinks.protection.office365.us/?url=https%3a%2f%2fwww.safcn.af.mil%2fciso%2fsmall-business-cybersecurity-information%2f&data=05%7c01%7cwilliam.t.brown68.civ%40army.mil%7c988def7ed675434a1c9508db892fde85%7cfae6d70f954b481192b60530d6f84c43%7c0%7c0%7c638254610899442679%7cunknown%7ctwfpbgzsb3d8eyjwijoimc4wljawmdailcjqijoiv2lumziilcjbtii6ik1hawwilcjxvci6mn0%3d%7c3000%7c%7c%7c&sdata=81igyzopxddxu6%2faqn3mvwxyoj4rx0p6szuqe5dgyss%3d&reserved=0 https://usg01.safelinks.protection.office365.us/?url=https%3a%2f%2fwww.sprs.csd.disa.mil%2f&data=05%7c01%7cwilliam.t.brown68.civ%40army.mil%7c988def7ed675434a1c9508db892fde85%7cfae6d70f954b481192b60530d6f84c43%7c0%7c0%7c638254610899442679%7cunknown%7ctwfpbgzsb3d8eyjwijoimc4wljawmdailcjqijoiv2lumziilcjbtii6ik1hawwilcjxvci6mn0%3d%7c3000%7c%7c%7c&sdata=s3zmdeiwrz0xo795et0u91obig5nzfeletsrd4kxfeu%3d&reserved=0 1.4 Quotes: please Provide Your Quote Submission To The United States Property And Fiscal Office (uspfo) Purchasing And Contracting (p&c) Division No Later Than 0800 Am Mst 16 May 2025. All Submissions Should Be Sent Via Email To: William.t.brown68.civ@army.mil. Facsimiles Will Not Be Accepted. Questions Regarding This Requirement May Also Be Directed To This Email, With Sufficient Time To Do Any Research To Answer Question Prior To The Closing Of This Posting. Responses Received After The Stated Deadline Will Be Considered Non-responsive And Will Not Be Considered, Unless The Contracting Officer Determines It Is In The Best Interest Of The Government To Accept A Late Proposal.
1-10 of 8953 active Tenders