29--FUEL PUMP & METERIN, IN REPAIR/MODIFICATION OF

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 29 - Engine Accessories
Opps ID: NBD00159089067553257
Posted Date: Apr 3, 2024
Due Date: Apr 3, 2024
Solicitation No: N0038324RS018
Source: Members Only
Follow
29--FUEL PUMP & METERIN, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
Notice ID
N0038324RS018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS PHILADELPHIA
Office
NAVSUP WEAPON SYSTEMS SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 03, 2024 06:55 am EDT
  • Original Published Date: Dec 07, 2023 07:00 am EST
  • Updated Date Offers Due: Apr 03, 2024 02:00 pm EDT
  • Original Date Offers Due: Jan 08, 2024 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 18, 2024
  • Original Inactive Date: Jan 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2910 - ENGINE FUEL SYSTEM COMPONENTS, NONAIRCRAFT
  • NAICS Code:
    • 336310 - Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N763.07|WRA|215-697-3606|TAYLOR.TYL@NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X||||||||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X||||||||||||||
TIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||
STOP-WORK ORDER (AUG 1989)|1||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO TYPE|SOURCE/SOURCE|TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|60 DAYS AFTER DISCOVERY OF DEFECT|||||
SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4|||||
SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (SEP 1999)|9||||||||||
EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2|||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3||||
BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1||
ROYALTY INFORMATION (APR 1984)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336310|1050||||||||||||
TYPE OF CONTRACT (APR 1984)|1||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X|
Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition
asset at the contractor's facili as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular
business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt.
The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract.
Required RTAT: #055 days after receipt of asset
Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of #0000 per month reflects no throughput constraint.
Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer.
Reconciliation: A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such
prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement,
1. SCOPE
1.1 . Markings shall be in accordance with MIL-STD-130, revision level "L" or latest revison, and IAW the drawing requirements.
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:
FUEL PUMP & METERIN ;2910-01-605-5769; NSN , ;23089028; Part Number, Shall be performed IAW: FUEL PUMP & METERIN ;Service Publication Per the OEM and NAVAIR.; 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 manufactured, tested and inspected in accordance with ;P/N 23089028; drawing number ( ;63005; ) ;Rolls Royce; , Revision ;Latest; and all details and specifications referenced therein.
1.4 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.
1.5 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 - NOT APPLICABLE
3. REQUIREMENTS
REPAIR REQUIREMENTS
The contractor shall repair/overhaul the FUEL PUMP & METERIN UTS to the production specifications. Rolls-Royce drawings and specifications shall be used for inspection, repair/overhaul and acceptance tested to restore the article to a Ready For Issue condition
at the latest approved configuration.
Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment.
The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work.
Acceptance testing shall be conducted under the surveillance of the DCMA(QAR).These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMA shall retain the
authority to conduct or re-conduct any tests deemed necessary to ensure compliance with the requirements of thiscontract.
Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements.
The contractor must perform all repairs/overhaul operations at their facility. Changes to 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 inaccordance with the Configuration Management provisions of this Statement of Work or contract.
Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer.
In addition, requests for approval changes to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change.
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 manual, 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.
A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer.
BEYOND ECONOMICAL REPAIR (BER)
An item is BER if the cost of the repair exceeds 80% 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.
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 consumables parts are not MOI items.
Items received by the contractor missing consumables 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.
Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairing a Weapons Replaceable Assembly (WRA).
A. When the contractor believes one or more SRA(s) within a WRA are either:
Beyond Economical 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 the DCMA and advice from the
Inventory Manager whether a SRA may be replaced by DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: 1. Ship in place from an existing spares or repair contract, if any. 2. MILSTRIP the SRA(s),
otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.
The detailed procedures for option 1 and 2 are set forth in section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK.
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.
OVER AND ABOVE REPAIR (OAR)
An item sent to the contractor shall be considered 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. There for, 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 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.
PARTS AND MATERIAL
GENERAL
The contractor is responsible for supplying all parts and material necessary to perform 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.
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 changes 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 contract item. If the contractor is the DCA, the contractor may 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, specification or manufacturing source or facility are done to such drawings, specification 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 item 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.
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 material purchased are in compliance with the requirements of this contract.
RECEIVING INSPECTION OF PURCHASED PARTS AND MATERIAL
Purchased parts and material shall (1) be inspected by the contractor 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 for the inspections to assure conformance with all requirements of the applicable
drawings and specifications. Evidence 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 dimensional readings.
4. QUALITY ASSURANCE
MANDATORY INSPECTION REQUIREMENTS:
100% Mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR).
During production or repair, mandatory inspection is required to be accomplished by the contractor as follows:
100% inspection and testing of all units shall apply.
Units shall be repaired in accordance with government approved Rolls-Royce Repair manual and tested in accordance with the government approved Rolls-Royce Acceptance Test Procedure (ATP). (63005) 23084148 PMA SUGB & Rotor Module.
The contractor is authorized to re-work units to correct an out of limit condition with subsequent re-test to bring the unit that fails back inside ATP limits.
QUALITY ASSURANCE/QUALITY CONTROL
The contractor shall maintain a quality system that addresses the elements of ISO 9001:2000 or NSI/ASQC Q9001:2000, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing.
The contractor shall maintain a Calibration System in accordance with ANSI/NCSL Z540.1-1994 (R202). If the contractor has its own calibration system it must be submitted to the procuring activity for review. Any changes to the Calibration system will also be
submitted to the procuring agency for review.
The Government reserves the right to assess the contractor's compliance to its documented quality system. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system shall be made available to the
government for their review and use. The acceptance be made available to the government for their review and use. The acceptance of non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to
disapprove the quality system or portions thereof when it fails to meet its intended objectives.
PRODUCTION CONFIGURATION INSPECTION (PCI):
The contractor shall support a PCI conducted by NAVSUP, NAVAIR. This inspection will review the product build records and build data as required. The government representatives (not to exceed 12 persons) will witness the performance of the Acceptance Test
Procedures (ATP) and resulting data used to assess the product as acceptable for shipment or rejection. Witness of the ATP may be waived by the government dependent on production timing with the desired date of the PCI, but the ATP data will still be reviewed.
The government shall provide a notice of at least 30 days to the contractor for the first article inspection. It is desired to have the inspection on a production unit to be delivered under this contract. The government may also accept an article for use for
the PCI from another contract so long as the part number is the same, and the government approves the use of said article. This PCI shall not exceed 1 business day in the use of said article. This PCI shall not exceed 1 business day induration.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 3, 2024[Presolicitation (Updated)] 29--FUEL PUMP & METERIN, IN REPAIR/MODIFICATION OF

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >