MISCELLANEOUS

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7M8-23-Q-0079

Basic Details

started - 19 Nov, 2022 (17 months ago)

Start Date

19 Nov, 2022 (17 months ago)
due - 21 Dec, 2022 (16 months ago)

Due Date

21 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
SPE7M8-23-Q-0079

Identifier

SPE7M8-23-Q-0079
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 32 PAGES SPE7M8-23-Q-0079 SECTION B SUPPLY/SERVICE: 4730-00-902-7756 CONT'D 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. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. 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. JCP requirement applies to all manufactures, dealers, distributors, or suppliers. RQ040: Non-Destructive Testing (NDT) Accreditation Requirements RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RD002, COVERED DEFENSE INFORMATION APPLIES The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) CLAUSE 52.246-15, CERTIFICATE OF CONFORMANCE, IS NOT AUTHORIZED FOR THIS NSN. Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. 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. CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 6 OF 32 PAGES SPE7M8-23-Q-0079 SECTION B SUPPLY/SERVICE: 4730-00-902-7756 CONT'D 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. 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) ***MRI INSPECTION REQUIRED*** This NSN requires MATERIAL RECEIPT INSPECTION (MRI) at NAVAIR LKE prior to Final Delivery. Please Include Production Testing Inspection Report and required material certification package with parts. If parts must be shipped individually, please Include Production Testing Inspection Report and required material certification package with each part. PLEASE SHIP PARTS TO: NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION(>,)> CODEBL41600/ BLDG. 148-1 HWY 547 JOINT BASE MDL, NJ 08733-5125 (ATTENTION: PAUL CAMPOS) MRI INSPECTION REQUIRED FOR THIS CONTRACT. SERIALIZATION: Serialization is required for this ALRE CSI part as well as the packaging for traceability. Contractor technical documentation shall reflect the appropriate marking scheme. All serialized and lot numbered CSI 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 CSI 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. CRITICAL APPLICATION ITEM HAMILL MANUFACTURING COMPANY 17661 P/N A414240-6 SPS TECHNOLOGIES, LLC 56878 P/N A414240-6 B E C SYSTEMS, INC. 0JC12 P/N A414240-6 DUHADAWAY TOOL & DIE SHOP INC 1V517 P/N A414240-6 NASSAU TOOL WORKS, INC. 2M490 P/N A414240-6 PRE-MACH, INC. 5S946 P/N A414240-6 AMMCON CORP. 6W889 P/N A414240-6 KROBACH MANUFACTURING CORP 30828 P/N A414240-6 IAW REFERENCE DRAWING NR 80020 A404734 REVISION NR L DTD 03/21/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 A317023 REVISION NR C DTD 03/21/2011 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 80020 A414240 REVISION NR AF DTD 02/07/2019 PART PIECE NUMBER: A414240-6 IAW REFERENCE DRAWING NR 16236 CN009027756 REVISION NR C DTD 05/06/2021 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP009027756GFAT REVISION NR C DTD 05/05/2021 PART PIECE NUMBER: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 7 OF 32 PAGES SPE7M8-23-Q-0079 SECTION B SUPPLY/SERVICE: 4730-00-902-7756 CONT'D IAW REFERENCE QAP 16236 SQAP009027756QA REVISION NR C DTD 05/05/2021 PART PIECE NUMBER: IAW REFERENCE QAP 16236 CDRL009027756 REVISION NR B DTD 03/10/2022 PART PIECE NUMBER: ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0001 4730-00-902-7756 4.000 EA $ ________________ $ ________________ NUT,UNION QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: DESTINATION DELIVERY DATE: 671 DAYS ADO PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:001 PRES MTHD:33 CLNG/DRY:1 PRESV MAT:49 WRAP MAT:GB CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:D3 OPI:O INTRMDTE CONT:DO INTRMDTE CONT QTY:AAA 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 EACH UNIT PACKAGE WILL BE MARKED WITH THE NSN, CONTRACT NUMBER, LOT NUMBER, CONTRACTOR CAGE CODE, MANUFACTURER CAGE CODE, AND PART NUMBER. 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 SAN DIEGO CA 92136-3581 US Government First Article Test Government First Article Test – The number of units shown signifies the test requirement. See FAR clause 52.209-4 for the actual quantity required to be tested. ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT . 0002 0001 - S00000052 1.000 EA $ ________________ $ ________________ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 8 OF 32 PAGES SPE7M8-23-Q-0079 SECTION B SUPPLY/SERVICE: 0001-S00000052 CONT'D FOB: DELIVERY DATE: 200 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: DESTINATION DELIVERY DATE: 671 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: DESTINATION DELIVERY DATE: 671 DAYS ADO PREP FOR DELIVERY: Not Applicable GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date . 0001 7000248656 0001 N/A N/A N/A 05/07/2024 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 9 OF 32 PAGES CONTINUED ON NEXT PAGE SPE7M8-23-Q-0079 SECTION A - SOLICITATION/CONTRACT FORM TECHNICAL REQUIREMENTS THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN `R' OR AN `I' NUMBER IN SECTION B) 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. SECTION C - SPECIFICATIONS/SOW/SOO/ORD C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (JUN 2020) SECTION D - PACKAGING AND MARKING 252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION (DEC 2019) DFARS (a) Definitions. As used in this clause -- “Advance shipment notice” means an electronic notification used to list the contents of a shipment of goods as well as additional information relating to the shipment, such as passive radio frequency identification (RFID) or item unique identification (IUID) information, order information, product description, physical characteristics, type of packaging, marking, carrier information, and configuration of goods within the transportation equipment. “Bulk commodities” means the following commodities, when shipped in rail tank cars, tanker trucks, trailers, other bulk wheeled conveyances, or pipelines: (1) Sand. (2) Gravel. (3) Bulk liquids (water, chemicals, or petroleum products). (4) Ready-mix concrete or similar construction materials. (5) Coal or combustibles such as firewood. (6) Agricultural products such as seeds, grains, or animal feed. “Case” means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL-STD-129 defined individual shipping container. “Electronic Product CodeTM (EPC)” means an identification scheme for universally identifying physical objects via RFID tags and other means. The standardized EPC data consists of an EPC (or EPC identifier) that uniquely identifies an individual object, as well as an optional filter value when judged to be necessary to enable effective and efficient reading of the EPC tags. In addition to this standardized data, certain classes of EPC tags will allow user- defined data. The EPC Tag Data Standards will define the length and position of this data, without defining its content. “EPCglobal®” means a subscriber-driven organization comprised of industry leaders and organizations focused on creating global standards for the adoption of passive RFID technology. “Exterior container” means a MIL-STD-129 defined container, bundle, or assembly that is sufficient by reason of material, design, and construction to protect unit packs and intermediate containers and their contents during shipment and storage. It can be a unit pack or a container with a combination of unit packs or intermediate containers. An exterior container may or may not be used as a shipping container. “Palletized unit load” means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged on a pallet in a specified manner and secured, strapped, or fastened on the pallet so that the whole palletized load is handled as a single unit. A palletized or skidded load is not considered to be a shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to the Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L System pallets. “Passive RFID tag” means a tag that reflects energy from the reader/interrogator or that receives and temporarily stores a small amount of energy from the reader/interrogator signal in order to generate the tag response. The only acceptable tags are EPC Class 1 passive RFID tags that meet the EPCglobalTM Class 1 Generation 2 standard. “Radio frequency identification (RFID)” means an automatic identification and data capture technology comprising one or more reader/interrogators and one or more radio frequency transponders in which data transfer is achieved by means of suitably modulated inductive or radiating electromagnetic carriers. “Shipping container” means a MIL-STD-129 defined exterior container that meets carrier regulations and is of sufficient strength, by reason of material, design, and construction, to be shipped safely without further packing (e.g., wooden boxes or crates, fiber and metal drums, and corrugated and solid fiberboard boxes). (b)(1) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RFID tags, at the case- and palletized-unit-load packaging levels, for shipments of items that -- (i) Are in any of the following classes of supply, as defined in DoD Manual 4140.01, Volume 6, DoD Supply Chain Materiel Management Procedures: Materiel Returns, Retention, and Disposition: CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 10 OF 32 PAGES CONTINUED ON NEXT PAGE SPE7M8-23-Q-0079 SECTION D - PACKAGING AND MARKING (CONTINUED) (A) Subclass of Class I - Packaged operational rations. (B) Class II - Clothing, individual equipment, tentage, organizational tool kits, hand tools, and administrative and housekeeping supplies and equipment. (C) Class IIIP - Packaged petroleum, lubricants, oils, preservatives, chemicals, and additives. (D) Class IV - Construction and barrier materials. (E) Class VI - Personal demand items (non-military sales items). (F) Subclass of Class VIII - Medical materials (excluding pharmaceuticals, biologicals, and reagents - suppliers should limit the mixing of excluded and non-excluded materials). (G) Class IX - Repair parts and components including kits, assemblies and subassemblies, reparable and consumable items required for maintenance support of all equipment, excluding medical-peculiar repair parts; and (ii) Are being shipped to one of the locations listed at https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html or to -- (A) A location outside the contiguous United States when the shipment has been assigned Transportation Priority 1, or to -- (B) The following location(s) deemed necessary by the requiring activity: Contract Line, Subline, or Exhibit Line Item Number Location Name City State DoDAAC (2) The following are excluded from the requirements of paragraph (b)(1) of this clause: (i) Shipments of bulk commodities. (ii) Shipments to locations other than Defense Distribution Depots when the contract includes the clause at FAR 52.213-1, Fast Payment Procedures. (c) The Contractor shall -- (1) Ensure that the data encoded on each passive RFID tag are globally unique (i.e., the tag ID is never repeated across two or more RFID tags and conforms to the requirements in paragraph (d) of this clause; (2) Use passive tags that are readable; and (3) Ensure that the passive tag is affixed at the appropriate location on the specific level of packaging, in accordance with MIL-STD-129 (Section 4.9.2) tag placement specifications. (d) Data syntax and standards. The Contractor shall encode an approved RFID tag using the instructions provided in the EPCTM Tag Data Standards in effect at the time of contract award. The EPCTM Tag Data Standards are available at http://www.gs1.org/epc-rfid. (1) If the Contractor is an EPCglobalTM subscriber and possesses a unique EPCTM company prefix, the Contractor may use any of the identifiers and encoding instructions described in the most recent EPCTM Tag Data Standards document to encode tags. (2) If the Contractor chooses to employ the DoD identifier, the Contractor shall use its previously assigned Commercial and Government Entity (CAGE) code and shall encode the tags in accordance with the tag identifier details located in the DoD Suppliers' Passive RFID Information Guide at http://www.acq.osd.mil/log/sci/ait.html. If the Contractor uses a third-party packaging house to encode its tags, the CAGE code of the third-party packaging house is acceptable. (3) Regardless of the selected encoding scheme, the Contractor with which the Department holds the contract is responsible for ensuring that the tag ID encoded on each passive RFID tag is globally unique, per the requirements in paragraph (c)(1). (e) Advance shipment notice. The Contractor shall use Wide Area WorkFlow (WAWF), as required by DFARS 252.232-7003, Electronic Submission of Payment Requests, to electronically submit advance shipment notice(s) with the RFID tag ID(s) (specified in paragraph (d) of this clause) in advance of the shipment in accordance with the procedures at https://wawf.eb.mil/. (End of clause) SECTION E - INSPECTION AND ACCEPTANCE E08 FIRST ARTICLE TESTING REQUIREMENTS (MAY 2020) (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. https://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html http://www.gs1.org/epc-rfid http://www.acq.osd.mil/log/sci/ait.html https://www.acq.osd.mil/dpap/dars/dfars/html/current/252232.htm https://wawf.eb.mil/ CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 11 OF 32 PAGES CONTINUED ON NEXT PAGE SPE7M8-23-Q-0079 SECTION E - INSPECTION AND ACCEPTANCE (CONTINUED) (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 requirement, 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 five (5) years, or within the last three (3) years for critical safety items. 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), Construction and Equipment, Medical Materiel, or Subsistence, submit the report to the 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

700 Robbins Avenue Philadelphia PA 19111Location

Address: 700 Robbins Avenue Philadelphia PA 19111

Country : United StatesState : Pennsylvania

You may also like

MISCELLANEOUS

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

MISCELLANEOUS

Due: 02 May, 2024 (in 1 day)Agency: Department of Defense

MISCELLANEOUS

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

Please Sign In to see more like these.

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