CONTRACTOR FIRST ARTIC

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M2-24-Q-0563

Basic Details

started - 17 Mar, 2024 (1 month ago)

Start Date

17 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (27 days ago)

Due Date

01 Apr, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
SPE7M2-24-Q-0563

Identifier

SPE7M2-24-Q-0563
Department of Defense

Customer / Agency

Department of Defense
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 35 PAGES SPE7M2-24-Q-0563 SECTION B SUPPLIES/SERVICES: 1720-01-004-5357 ITEM DESCRIPTION: STRIKER RING, WATER 82N ALRE CAI RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. The following Contract
Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. Review the Technical Data Package (TDP) for additional information. -First Article Testing Report -Production Test and Inspection Report -Certificate of Quality Compliance RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ032: EXPORT CONTROL OF TECHNICAL DATA 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. RD002, COVERED DEFENSE INFORMATION APPLIES RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO(>,)> OR COME IN DIRECT CONTACT WITH(>,)> ANY HARDWARE OR SUPPLIES FURNISHED CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 35 PAGES SPE7M2-24-Q-0563 SECTION B SUPPLY/SERVICE: 1720-01-004-5357 CONT'D UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. JCP requirement applies to all manufactures, dealers, distributors, or suppliers. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) RD002, COVERED DEFENSE INFORMATION APPLIES Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. SERIALIZATION: Serialization is required for this ALRE CAI part as well as the packaging for traceability. Contractor technical documentation shall reflect the appropriate marking scheme. All serialized and lot numbered CAI parts shall be accounted for; to include material scrapped during manufacturing. Re-branding by suppliers which obscures the original marking (part number, serial number, CAGE) of the OEM of ALRE CAI parts is prohibited. Please notify DLA Contracting Officer at time of quote if serialization is not practical due to size, material property, unreasonable or excessive cost. AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CRITICAL APPLICATION ITEM SOURCE APPROVAL - TO BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION, AN OFFEROR MUST BE AN APPROVED SOURCE OR PROVIDE THE PRODUCT OF AN APPROVED SOURCE AS DETERMINED BY THE ENGINEERING SUPPORT ACTIVITY, NAVAL AIR WARFARE CENTER (NAWC) AIRCRAFT DIVISION LAKEHURST. THE CRITERIA AND PROCEDURES FOR SOURCE APPROVAL ARE CONTAINED IN PART I OF THE NAVAL INVENTORY CONTROL POINT (NAVICP) PHILADELPHIA BROCHURE ENTITLED "SOURCE APPROVAL INFORMATION BROCHURE FOR SPARES". THE LATEST VERSION OF THIS BROCHURE MAY BE OBTAINED BY ACCESSING NAVICP'S WEBSITE: HTTPS://WWW.NAVSUP.NAVY.MIL, OUR TEAM, NAVICP, BUSINESS OPPORTUNITIES, COMMODITIES, SOURCE APPROVAL REQUEST (SAR) BROCHURE SPARES TO ASSIST IN THE DETERMINATION OF SOURCE APPROVAL, THE OFFEROR MAY BE REQUIRED TO SUBMIT TO A SURVEY PRIOR TO AWARD IN WHICH NAWC LAKEHURST MAY PARTICIPATE. IN ADDITION, THE OFFEROR MUST PROVIDE THE FOLLOWING INFORMATION, WHICH MAY BE CONSIDERED IN DETERMINING WHETHER THE OFFEROR IS AN APPROVED SOURCE: (1) A SOURCE APPROVAL LETTER FROM NAVICP'S ENGINEERING AND PRODUCT SUPPORT DIRECTORATE; OR; (2) OTHER EVIDENCE INDICATING THAT THE OFFEROR MEETS THE SOURCE APPROVAL CRITERIA. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 35 PAGES SPE7M2-24-Q-0563 SECTION B SUPPLY/SERVICE: 1720-01-004-5357 CONT'D ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. (February 2016) RQ040: Non-Destructive Testing (NDT) Accreditation Requirements RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers CRITICAL APPLICATION ITEM PIONEER MACHINE & TOOLING CO 47347 P/N 410267-3 U.S.A. SPARES INC. 1UF60 P/N 410267-3 BILLET INDUSTRIES INC 3DDL3 P/N 410267-3 YORK PRECISION MACHINING AND 81A16 P/N 410267-3 AIRTRONICS, LLC 58078 P/N 410267-3 IAW REFERENCE DRAWING NR 80020 MPR26 REVISION NR A DTD 11/28/1972 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 410267 REVISION NR L DTD 03/13/2008 PART PIECE NUMBER: 410267-3 IAW REFERENCE DRAWING NR 16236 CN010045357 REVISION NR B DTD 04/27/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP010045357CFAT REVISION NR B DTD 04/26/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP010045357QA REVISION NR B DTD 05/04/2023 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRLS010045357 REVISION NR DTD 03/18/2023 PART PIECE NUMBER: ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0001 1720-01-004-5357 109.000 EA $ ________________ $ ________________ STRIKER RING,WATER QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 500 DAYS ADO PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:20 CLNG/DRY:1 PRESV MAT:49 WRAP MAT:GB CUSH/DUNN MAT:JC CUSH/DUNN THKNESS:C UNIT CONT:E8 OPI:M PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 35 PAGES SPE7M2-24-Q-0563 SECTION B SUPPLY/SERVICE: 1720-01-004-5357 CONT'D PARCEL POST ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US Contractor First Article Test Contractor First Article Test – The number of units shown signifies the test requirement. See FAR clause 52.209-3 for the actual quantity required to be tested. ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0002 0001 - S00000053 1.000 EA $ ________________ $ ________________ FOB: DELIVERY DATE: 120 DAYS ADO PREP FOR DELIVERY: Not Applicable Miscellaneous ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0003 0001 - S00000046 1.000 EA $ ________________ $ ________________ INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 500 DAYS ADO PREP FOR DELIVERY: Not Applicable Miscellaneous ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0004 0001 - S00000046 1.000 EA $ ________________ $ ________________ INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: ORIGIN DELIVERY DATE: 500 DAYS ADO PREP FOR DELIVERY: Not Applicable CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 9 OF 35 PAGES SPE7M2-24-Q-0563 SECTION B SUPPLY/SERVICE: 0001-S00000046 CONT'D GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date . 0001 7006348036 0001 N/A N/A N/A 09/02/2025 0002 N/A N/A N/A N/A N/A N/A 0003 N/A N/A N/A N/A 9999 N/A 0004 N/A N/A N/A N/A 9999 N/A * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 35 PAGES CONTINUED ON NEXT PAGE SPE7M2-24-Q-0563 SECTION A - SOLICITATION/CONTRACT FORM 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) FAR SECTION C - SPECIFICATIONS/SOW/SOO/ORD C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (MAR 2023) C14 CORRECTION OF NONCONFORMING PACKAGING OR MARKING (MAY 2020) C16 FIRST DESTINATION TRANSPORTATION PROGRAM, GOVERNMENT ARRANGED TRANSPORTATION FOR MANUAL AWARDS (AUG 2017) SECTION E - INSPECTION AND ACCEPTANCE E08 FIRST ARTICLE TESTING REQUIREMENTS (JAN 2024) (1) If there is not a separate contract line item number (CLIN) for FAT, the offeror shall include all costs and risk associated with completion of the FAT requirement in the production CLIN price. (2) If there is a separate FAT CLIN, the offeror shall include all costs and risk associated with completion of the FAT requirement in the FAT CLIN price. The unit of issue for the FAT CLIN, EACH, is equal to one First Article Test (1EA=1FAT). To receive payment for any costs associated with FAT, the offeror shall propose costs associated with FAT on a separate CLIN. The offeror shall base the production CLIN price solely on all costs associated with completion of the production units and shall exclude all FAT-related costs. (3) The contracting officer will use the total award price in selecting the best value offer from among all eligible offerors. However, for an offeror to be eligible for award, the contracting officer must determine that the FAT CLIN price (unless FAT is waived) and the production CLIN price are fair and reasonable; and, if set-aside under FAR Part 19, a fair market price. The offeror shall not propose a FAT CLIN price that is materially unbalanced in relation to the production CLIN price. In the event an offeror receives a waiver of the FAT require3ment, the contracting officer will deduct the FAT CLIN price for the waived source in determining the total award price. (4)(a) Notwithstanding the conditions for waiving first article, the contracting officer may order an additional first article sample, or portion thereof, in writing if there is a -- (i) Major change to the technical data; (ii) Lapse in production for a period in excess of 90 days; or (iii) Change in the place of performance (manufacturing facility), manufacturing process,material used, drawing, specification or source of supply. (b) When conditions in paragraphs (4)(a)(i), (ii), or (iii) occur, the contractor shall notify the contracting officer; who will determine whether to order an additional first article sample or portion thereof and provide instructions concerning the submission, inspection, and notification of results. The contractor shall bear the costs of the additional first article testing resulting from any of the causes in paragraphs (4)(a)(i)-(iii) instituted by the contractor and not due to changes directed by the Government. (5) Waivers. The offeror may submit a request for FAT waiver to the contracting officer, who may waive the FAT requirement when all of the following criteria apply: (a) The offeror requesting waiver has manufactured and delivered the item or a similar item within the last three (3) years regardless of item criticality. The offeror shall provide the following information and be prepared to provide documentary evidence upon the contracting officer's request: (i) Contract number(s), date(s), and issuing Government agency or agencies. (ii) Description of item previously furnished, identified by part number, type, model number and/or other identifying information. If the item previously furnished is similar but not identical to the item being acquired under the current buy, the offeror shall explain why manufacture of the item previously furnished is sufficient to demonstrate its ability to manufacture the item being acquired under the current buy without need for a first article test. (iii) Engineering control document/change number of item previously furnished. (b) There have been no changes to manufacturing processes, tooling, or place of performance. (c) There have been no changes to manufacturing data (e.g., drawing revisions that change materials, dimensions, processes, inspection or testing requirements; or subcontractors used to manufacture the items successfully in the past). (d) The offeror shall supply an item of the same design and manufactured by the same method at the same facilities as the item or similar item previously furnished and accepted under subparagraph (5)(a) (6) Contractor-Performed FAT. (a) The contractor shall test the quantities as outlined in paragraph (a) of FAR clause 52.209-3 as specified in the contract. The contractor shall submit reports in accordance with paragraph (b) of FAR clause 52.209-3, as supplemented in this procurement note. (b] For test report preparation and delivery of contractor FAT, the contractor shall -- (i) Use the data item description DI-NDTI-80809B report format. (ii)] Mark the test report with the following: “First article test report - Contract number:[ ] and lot/item number: [ ]. (iii) Sign the FAT Report, accompanied by the system of record receiving report (i.e, WAWF or] DD Form 250) and contractor confirmation that the same process and facilities used to manufacture the first article units will be used to manufacture the production units, to the contracting officer at the applicable address shown below: (A) For awards issued by DLA Aviation; or DLA Troop Support Clothing and Textile (C&T), Medical Materiel, or Subsistence, submit the report to the CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 35 PAGES CONTINUED ON NEXT PAGE SPE7M2-24-Q-0563 SECTION E - INSPECTION AND ACCEPTANCE (CONTINUED) procuring activity in Block 6 of the DD Form 1155, Block 7 of Standard Form (SF) 33, Block 5 of SF 26, or Block 9 of SF 1449 award. (B) For awards issued by DLA Land (SPE7L), submit the report to the following address: DLA Land - FLSEB ATTN: FAT Monitor P. O. Box 3990 Columbus, OH 43218-399, or email to: Land.FAT.Monitor@dla.mil. (C) For awards issued by DLA Maritime (SPE7M), submit the report to the following address: DLA Maritime - FMSE ATTN: FAT Monitor P. O. Box 3990 Columbus, OH 43218-3990, or email to: maritime.fat.monitor@dla.mil. (D) For awards issued by DLA Troop Support Construction and Equipment (SPE8E), email the report to Construction and Equipment FAT Monitor at trpsptcandefatmonitor@dla.mil. If report exceeds email limitations, submit the report to the following address: DLA Troop Support ATTN: First Article Testing Monitor Building 3, 700 Robbins Avenue Philadelphia, Pennsylvania 19111. Preferred electronic submissions: Hardware FAT Monitor at DLAHardwareFATMonitor@dla.mil. (7) The contractor shall -- (a) Provide and maintain an inspection system acceptable to the Government in accordance with FAR Clause 52.246-2 or 52.246-3; (b) Maintain and make available all records evidencing those details at the Government's request. (c) At least fourteen (14) calendar days (or as otherwise specified in the contract) prior to shipment to the Government, provide written notice to the contracting officer and to the cognizant DCMA Functional Specialist when full administration or Quality Support administration is delegated to DCMA. (8) Government-performed FAT. The contractor shall -- (a) For delivery of separately priced Government first article samples for Government performed FAT ship the units and system of record receiving report (i. e., WAWF or DD Form 250) to the test facility specified in paragraph (a) of FAR clause 52.209-4. (b) For delivery of Government first article samples that are not separately priced, ship the units with a commercial shipping document to the test facility. (c) Prepare the shipping container(s) by marking the external packages in bold letters, “First Article Exhibits - Do Not Post to Stock," adjacent to the MIL- STD-129 (latest revision) identification markings. (d) Use a hard copy of the system of record receiving report (i.e., WAWF DD Form 250), or commercial shipping document as a packing list, in accordance with DFARS Appendix F. (e) Mark the exterior of the shipping container in accordance with MIL-STD-129 (latest revision), paragraph 5.11. (f) In the interior package, include hard copies of the contract, test reports, material certifications/process operation sheets, drawings used to manufacture the units, and a pre-paid return label or shipping account for payment. (g) Send units by traceable means (e.g., certified or registered mail, United Parcel Service, Federal Express). (h) Send an email with subject titled “Notification of Test Exhibits [ ]” to the corresponding address in (i) or (ii) below and to the contracting officer specified in the contract. In the email, provide the shipment date, contract/purchase order number, National Stock Number, means of transportation, tracking number, and summary of container contents. Attach a copy of the system of record receiving report (i.e., WAWF or DD Form 250) documenting the Government has performed the contract quality assurance within the system or record. (i) DLA Land & Maritime - DSCCProdVerif@dla.mil (ii) DLA Aviation - DSCR.Test & EvaluationOffice@dla.mil (9) At its discretion, the Government may return FAT units to the contractor at no cost to the Government. The contractor shall submit the return address and pre-paid return label or shipping account for payment. (10) If the Government disapproves or conditionally approves Government-performed FAT units, the Government will take action in accordance with FAR 52.209-4. E09 CONTRACTOR FIRST ARTICLE TEST (FAT) INFORMATION (JUL 2022) (1) For FAT requirements, the Government will conduct inspection at source and acceptance at destination. The FOB point is destination. Due to known systems limitations, solicitations may contain erroneous inspection, acceptance, and FOB points. This procurement note takes precedence over any conflicting terms. (2) CONTRACTOR FAT DELIVERY SCHEDULE (a) Days: To Deliver FAT Report to the Government (b) Days: Government FAT Report Evaluation and Notification to Contractor (c) Days: To Deliver Final Production Quantity After Approval of FAT Report. If PLT applies, this line will be blank; the number of delivery days for final production quantity will appear in procurement note E03, Production Lot Testing - Contractor, or E04, Production Lot Testing - Government, as applicable (d) Total Delivery Days for FAT (Sum of Paragraphs (2)(a) through (2)(c)) 52.246-2 INSPECTION OF SUPPLIES FIXED PRICE (AUG 1996) FAR 52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) FAR

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

CONTRACTOR FIRST ARTIC

Due: 29 Apr, 2024 (Today)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (Tomorrow)Agency: Department of Defense

CONTRACTOR FIRST ARTIC

Due: 30 Apr, 2024 (Tomorrow)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.