Pulley, Flat NSN 3020-01-664-2737

Agency:
State: Pennsylvania
Level of Government: Federal
Category:
  • 30 - Mechanical Power Transmission Equipment
Opps ID: NBD00159657052955080
Posted Date: Feb 21, 2024
Due Date: Apr 11, 2024
Source: Members Only
Follow
Pulley, Flat NSN 3020-01-664-2737
Active
Contract Opportunity
Notice ID
SPE7M224R0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA MARITIME
Sub Command
DLA MARITIME COLUMBUS
Office
DLA LAND AND MARITIME
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 21, 2024 11:19 am EST
  • Original Response Date: Apr 11, 2024 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3020 - GEARS, PULLEYS, SPROCKETS, AND TRANSMISSION CHAIN
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    New Cumberland , PA 17070
    USA
Description

// NSN(s): 3020-01-461-2737



// Item Description: Pulley, Flat



// Manufacturer’s Code and Part Number (if applicable):



CAGE 05201 / P/N 627240-1



CAGE 1P6K0 / P/N 627240-1



// Quantity (including price breaks): 200



// Unit of Issue: EA



// Destination Information: FOB Destination / I&A Origin



// Delivery Schedule: 485 days





1. The proposed contract is 100% set aside for small business concerns.





2. This item has technical data some or all of which is subject to



export-control of either the International Traffic in Arms regulations



(ITAR) or the Export Administration Regulations (EAR), and cannot be



exported without prior authorization from either the Department of State



or the Department of Commerce. Export includes disclosure of technical



data to foreign persons and nationals whether located in the United



States or abroad. This requirement applies equally to foreign national



employees and U.S. companies and their foreign subsidiaries. DFARS



252.225-7048 is applicable to this data.





The Defense Logistics Agency (DLA) limits distribution of export-control



technical data to DLA contractors that have an approved US/Canada Joint



Certification Program (JCP) certification, have completed the



Introduction to Proper Handling of DOD Export-Controlled Technical Data



Training and the DLA Export-Controlled Technical Data Questionnaire



(both are available at the web address given below), and have been



approved by the DLA controlling authority to access the



export-controlled data. Instructions for obtaining access to the



export-controlled data can be found at:



https://www.dla.mil/Logistics-Operations/Enhanced-Validation/





To be eligible for award, offerors and any sources of supply proposed



for use are required to have an approved JCP certification and have



been approved by the DLA controlling authority to access



export-controlled data managed by DLA. DLA will not delay award in



order for an offeror or its supplier to apply for and receive approval



by the DLA controlling authority to access the export-controlled data.





JCP applies to all manufactures, dealers, distributors, or suppliers.







3. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.





8. The solicitation will contain a contractor first article test requirement that will be required unless documentation is provided showing completion of a first article test on this NSN within the past 3 years. Material receipt inspection at the contractors facility will be required due to the critical nature of the item. A Production Test & Inspection report as well as a Certificate of Quality Compliance will be required.





The solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows:





a. Because of the critical nature of this material, a representative of the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is available to furnish technical assistance on Quality Assurance (QA) matters and shall have the option of conducting QA surveillance for the first lot produced under this contract (and all subsequent lots if necessary). This requirement will be performed in conjunction with the government QAS of the cognizant Defense Contract Management Activity and does not abrogate the authority or responsibility of the designated government QAS. The contractor agrees to notify, in writing, the supervisor of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to the DCMA government QAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. Notification to NAWC may be provided via telephone (732)-323-2834 immediately followed by written confirmation, or via email to Roy.a.janney.civ@us.navy.mil. A minimum of



fourteen (14) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts.





b. Due to the critical nature of this item, it is necessary to conduct in-process inspections on critical component features, attributes, or manufacturing processes. The contractor agrees to notify, in writing, the supervisor of the NAWC QA section Code, BL41600, Lakehurst, NJ 08733-5035 and the PCO when material is scheduled for the interim inspection(s) that are identified herein. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. Notification to NAWC may be provided via telephone (732)-323- 2834 immediately followed by written confirmation, or via email to Roy.a.janney.civ@us.navy.mil. A minimum of seven (7) working days is required to arrange the surveillance visit. Notification shall include the following information: Company Name, Cage Code, Phone number, Fax number, Contract number, Point of Contact, Part Nomenclature, Part Number, NIIN, Type of Inspection, and Quantity of parts.





Interim Inspection Requirements: The following item(s) requires an Interim Inspection at the contractor’s location:



a. P/N 627240-1, Sheave Assy-Coined (CSI):



i. Witness of penetrant inspection per Note 3 of Drawing 627240.



ii. Verification of coining method per Note 6 of Drawing 627240 (C2).



iii. Witness of post-coining inspection per Note 7 of Drawing 627240 (C3).



iv. Witness of bearing shrink-fit per Note 9 of Drawing 627240 (C1).



v. Witness of dimensional inspection of Drawing 627240 (M101-M104).





P/N 626846-1, Bearing (CSI):



i. Verification of eccentricity per Note 1.B of Drawing 626846 (M106).



ii. Verification of heat treatment per Note 1.H of Drawing 626846 (M107).



iii. Witness of hardness testing per Note 1.H of Drawing 626846 (M107).



iv. Verification of material properties per Note 1.J of Drawing 626846 (M109).



v. Verification of roller diameter per Note 1.K of Drawing 626846 (M110).



vi. Witness of magnetic particle inspection per Note 5 of Drawing 626846 (M105).



vii. Witness of diametral clearance prior to mounting per Note 6 of Drawing 626846 (C1).



viii.Witness of dimensional inspection per Drawing 626846 (M101-M104, M108).





The contractor shall assist on the conduct of the interim inspection(s) as described herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of



the production quantities and as a minimum, include inspection of all (100%) interim inspection requirements identified above.





ALRE CSI parts require certification. When certified, an ALRE part is marked with a Material Identification Code (MIC). NAWCADLKE QA will provide the MIC to DCMA if the component is source accepted, and after receipt of all associated data. Application of MIC shall be in the same methodology as the drawing note for part marking, and in same area as part marking (next to, above, or below).





Receipt inspection and Certification of Sub-Components:



a. P/N 626846-1 shall be certified at the time of interim inspection. Parts will be certified and marked as directed by NAWCADLKE prior to assembly. Contractor Assist and Marking as specified below applies.





Receipt Inspection and Certification of the Top Assembly:



a. The receipt Inspection and Certification of the Top Assembly shall occur during the final inspection. Contractor Assist and Part Marking as specified below applies.





Contractor Assist and Part Marking:



a. The contractor shall assist on the conduct of the inspections (both final and interim) required that are necessary to certify the critical items specified herein. The contractor shall provide adequate facilities, inspection equipment, and skilled personnel, to support the NAWCADLKE Inspector in the conduct of the interim inspection(s). The contractor shall provide gauges, tools, fixtures, and jigs necessary to perform the inspections. The contractor shall also provide sufficient rigging/material handling services and manpower to setup/configure/operate equipment & machines used to accomplish the inspection task. This contractor assist requirement shall be applicable to 100% of the production quantities. As part of the MRI process, the NAWCADLKE QA representative will provide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI).







( X ) The solicitation will be available in DLA DIBBS on its issue date of 03/07/2024. The website is https://www.dibbs.bsm.dla.mil/rfp.





( X ) The Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 3204(a)(1). Approved sources are: 05201 Advance Development and 1P6K0 F3 Engineering.





( X ) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data (for NSN(s) 3020-01-461-2737), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477.







( X ) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.





SUPPLY ASSURANCE THROUGH MULTISOURCE CONTRACTING



(a) The Government reserves the right to make multiple awards to assure the availability of supplies when first article testing is required, if the Contracting Officer determines that the item(s) to be procured is (are) not available in the marketplace for immediate delivery. In such cases, it may be in the Government's best interests to increase the likelihood of supply availability by making awards to both an unproven and a proven source of supply for this item, or by making awards to more than one unproven source of supply, if there are no sources currently waived for the first article test requirement. A proven source is defined as a currently waived for the first article test requirement source that meets the criteria for first article waiver.



(b) When a multisource award basis exists, the Contracting Officer will award the larger portion of the total requirement to the offeror that represents the best value to the Government based on the evaluation scheme included in the solicitation.



(1) If awards will be made to a proven source as well as an unproven source, the source that represents the best value to the Government shall receive not less than 60% of the total requirement.



(2) If awards will be made to two unproven sources, the source that represents the best value to the Government shall receive not less than 60% of the total requirement.



(c) Unless an offeror otherwise qualifies its offer, unit prices submitted for the total requirement will apply to any partial awards.



(d) In the event that an unproven source fails to complete first article testing requirements, the Government may increase the quantity of supplies called for in the schedule of this contract to the proven source (one that has successfully met first article requirements), at the unit prices specified, up to and including 100% of the quantity awarded to the unproven source. This option is separate and distinct from any other option provision included in this contract.





( X ) Various Increments Solicited:



FROM: 124 TO: 200





( X ) The Small Business size standard is 1250 employees.





( X ) TYPE OF SET-ASIDE: 100% Total Small Business Set-aside




Attachments/Links
Contact Information
Contracting Office Address
  • ELECTRICAL DEVICES DIVISION PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 21, 2024 11:19 am ESTPresolicitation (Original)

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 >