16--TANK ASSY,AIRCRAFT,

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159981113553547
Posted Date: Apr 3, 2024
Due Date: May 3, 2024
Solicitation No: N0038324RB138
Source: Members Only
Follow
16--TANK ASSY,AIRCRAFT,
Active
Contract Opportunity
Notice ID
N0038324RB138
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2024 06:55 am EDT
  • Original Date Offers Due: May 03, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N733.11|N00383|215-697-4337|jessica.p.laychock.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||||||||
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 |Invoice and Receiving Report Combo |TBD|N00383|TBD|TBD|See Schedule|TBD|||||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days of the last delivery under this contract |||||
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 (FEB 2024))|11||||||||||||
LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1||
LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|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 (FEB 2024)|13|336413|1250||||||||||||
FACSIMILE PROPOSALS (OCT 1997)|1||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|||
This RFQ is for a spares purchase.
The Small Business Administration representative at NAVSUP WSS has reviewedthis requirement and determined that a set-aside recommendation was notapplicable for this procurement.
This contract/delivery order/purchase order/modification is issued by theGovernment when deposited in the mail, transmitted by facsimile or sent by anyelectronic commerce method, including email. The Government's acceptance of thecontractor's proposal constitutes
bilateral agreement to issue thiscontract/delivery order/purchase order/modification.
1. SCOPE
1.1 . Markings shall be in accordance with MIL-STD-130.
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 Variance via the DCMC to the NAVSUP 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.
4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
Attachments/Links
Contact Information
Contracting Office Address
  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 03, 2024 06:55 am EDTSolicitation (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 >