17–Cylinder Body, AIRCR

The U.S. Navy has a requirement for the new manufacture of spare parts, including Cylinder Body P/N 3491AS0714-1, designated as a Critical Safety Item (CSI), for use in shipboard systems supporting aircraft launch and recovery. This procurement includes First Article Testing (FAT) and strict inspection standards.

Solicitation Descrition

CONTACT INFORMATION|4|N792.10|T2Q|215-697-9948|[email protected]|rITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||rHIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X||||||||rINSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X||||||||||||||rTIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||rSTOP-WORK ORDER (AUG 1989)|1||rWIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING (COMBO) TYPE||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD|||||||||rNAVY USE OF ABILITYONE SUPPORT CONTRACTOR – RELEASE OF OFFEROR INFORMATION (3-18))|1||rVALUE ENGINEERING (JUN 2020)|3||||rINTEGRITY OF UNIT PRICES (NOV 2021)|1||rEQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||rTRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2|||rFIRST ARTICLE APPROVAL–CONTRACTOR TESTING (SEP 1989)|10|||||||||||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||rLIMITATION OF LIABILITY–HIGH-VALUE ITEMS (FEB 1997)|1||rLIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1||rALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||||||||||||||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||rBUY AMERICAN–BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1||rANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250|||||||||||rFACSIMILE PROPOSALS (OCT 1997)|1||rNOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|rEVALUATION OF FIRST ARTICLE TESTING|3||||rThis solicitation is for made new manufacture spare parts.rThe Government intends to make a single award to the eligible, responsible,technically acceptable offeror whose offer, conforming to the solicitation, isdetermined most advantageous to the Government, price, capacity, and deliveryconsidered.rNAVSUP WSS Requests proposals submitted in response to this solicitation remainvalid for a minimum of 120 days following submission.rAll contractual documents related to the instant procurement are considered tobe “issued” by the Government when copies are either deposited in the mail,transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Governmentsracceptance of the contractors proposal constitutesrbilateral agreement to “issue” contractual documents as detailed herein.rr1. SCOPEr1.1 . Markings shall be in accordance with MIL-STD-130.r1.2 PRE-AWARD / POST AWARD REQUIREMENTS:rDue to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended.r1.3 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approvedrwill be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of therSF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation:r(A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires thersame materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval.r(B) Copy of the complete process/operation sheets used to manufacuture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors.r(C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents.r(D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings,rforgings, etc.r(E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristicsrshould be discernible from all other characteristics.rThe above requirements are a subset of requirements specified in the ASOrSource Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement withrMDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source ApprovalrBrochure.r1.4 Sampling rates (AQLs) indicated below shall be used in accordance withrANSI Z1.4 for Single Sampling and a General Inspection Level of II.r1.5 In addition to the 100% PCO Mandatory, critical and major characteristics,rattributes for plating, hardness and non-destructive testing will be inspectedrone hundred percent.r1.6 Contractor shall develop a system for identification of individualrpiece parts for traceability purposes. Markings shall not be permanent.r1.7 An AQL of 1.5 will be used for Class 3 threads and dimensions, andrgeometric feature controls with a tolerance range of .010 or less.r1.8 For minor characteristics, a sampling rate determined by the contractorrand subject to QAR approval will be used.r1.9 The material covered in this contract/purchase order will be used in arcrucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vitalrshipboard systems or loss of aircraft. Therefore,the material has beenrdesignated as Critical material and special control procedures are invokedrto ensure receipt of correct material.r1.10 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWCAD LAKEHURST DRAWING PACKAGE; drawing number ( ;80020; ) ;3491AS0714; , Revision ;REV A; and all details and specifications referenced therein.r1.11 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 notrbe 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 referencedrspecification.r1.12 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.r2. APPLICABLE DOCUMENTSrDRAWING DATA=NAWCADLKE-MISC-482600-0018 |80020| A| |D| | | |rDRAWING DATA=3491AS0714 |30003| A| |C| | | |r3. REQUIREMENTS – NOT APPLICABLEr4. QUALITY ASSURANCEr1. Interim Inspection Requirements:rThe following item(s) requires an Interim Inspection at the contractors location:r a. P/N 3491AS0714-1, Cylinder Body (CSI):r i. Verification of material properties per Drawing 3491AS0714 (C1).r ii. Witness of magnetic particle inspection per Drawing 3491AS0714.r iii. Witness of hydrostatic test per Note 18.c of Drawing 3491AS0714 (C2).r iv. Witness of dimensional inspection per Drawing 3491AS0714 (M101-M103).r2. ALRE CSI parts require certification.r a. 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 asrthe drawing note for part marking, and in same area as part marking (next to, above, or below).r3. Receipt inspection and Certification of Sub-Components: N/Ar4. Receipt Inspection and Certification of the Top Assembly:r a. The receipt Inspection and Certification of the Top Assembly, P/N 3491AS0714-1, shall occur during the final inspection.r5. Contractor Assist and Part Marking:r 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,rto 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 servicesrand 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 willrprovide, in writing, a certification number along with direction for marking the Critical Safety Items (CSI).rQUALITY ASSURANCE REQUIREMENTS:rThe solicitation/contract shall contain the NAWCADLKE inspection surveillance clause as follows:r 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 conductingrQA 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 therauthority or responsibility of the designated government QAS. The contractor agrees to notify [email protected], NAWC QA section Code BL41600,Lakehurst, NJ 08733-5035 and the PCO when the material is scheduled to be presented to the DCMA governmentrQAS for Government inspection and acceptance. This notice shall afford the NAWCADLKE QA representative the option of being present during the inspection. A minimum of fourteen (14) working days is required to arrange the surveillance visit. Notification shallrinclude 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.r 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 jose.g.torraca.civ @us.navy.mil,NAWC QA section Code BL41600,rLakehurst, 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. A minimum of seven (7) workingrdays 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, andQuantityrof parts.r2. The contractor shall perform Quality Conformance and Lot Sampling Inspectionfor all associated features that are present inthe drawings and specifications:r a. Features/attributes/requirements classified as Critical and Major on the drawing(s) or within the technical specificationshall be inspected and shall have the actual dimensions documented 100%;r b. Attributes for plating, hardness, and non-destructive testing shall be inspected 100%;r c. Class 3 Threads, dimensions, and geometric feature controls with a tolerance range of .010 or less shall be inspected using an AQL of 1.5 and the General Inspection Level II as defined by ANSI Z1.4r D. Minor Characteristics: Sampling shall be inspected using an AQL of 4.0 andthe General Inspection Level II as definedby ANSI Z1.4.r3. The material covered in this contract/purchase order will be used in a crucial shipboard system supporting the launch and/or recovery of aircraft. Theuse of incorrect or defective material would create a high probability of failure resulting in a seriousrpersonnel injury, loss of life, loss of vital shipboard systems, or loss of aircraft. Therefore, the material has been designated as Critical Safety Item (CSI) material and special control procedures are invoked to ensure receipt of correct material.r4. First Article Testing:rThe contractor shall conduct First Article testing on this item of ALRE/SE and must address all elements listed below and prepare a First Article Test Report documenting the outcome. Unless otherwise specified, the report and its acceptance shall be per therprovisions of the applicable Contract Data Requirements List (CDRL).r a. Requirements:r i. First Article quantity is one (1); in uncoated condition.r ii. The First Article shall be available for Government evaluation per the contract schedule. The Evaluation shall be conducted in the presence of the Government personnel. Accordingly, the contractor shall allow time to arrange for NAWC participation inraccordance with the NAWCADLKE Inspection Witness Optionr iii. The contractor shall provide facilities and personnel sufficient to conduct all necessary tests to establishconformance;r iv. The contractor shall have available for review all certifications, test reports, in-process inspection documents needed to substantiate product quality; this same documentation shall also be included in the First Article test report;r v. The contractor shall, at the time of First Article, have corrected any problem areas deemed significant and documented as deficient by the Government within his/her Quality Assurance system not previously identified during prior evaluations and/orrsurveys; any problems identified during the conduct of the test willalso require correction.rb. Testing and evaluation:r i. The contractor shall accomplish 100% inspection and/or testing of all critical major, and minor dimensionsand/or requirements identified in the drawings, drawing notes, and process and fabrication specifications. Results shall consist of actual dimensions,rmeasurements, and test outcomes and shall be recorded andincluded in the First Article test report.rc. Acceptance/reject criteria:r i. Satisfactorily meeting all requirements cited in the First Article Testing “Requirements” paragraph above and satisfactorily demonstrating 100% conformance to the test and evaluation elements cited in the First Article Testing “Testing and evaluation”rparagraph above shall constitute acceptance of the First Article;r ii. Failure to meet any of the conditions in the First Article Testing “Requirements” paragraph above or the First Article Testing “Testing and evaluation” paragraph above shall be cause for rejection.rd. Delivery:r i. The accepted First Article exhibit may be delivered and counted along with the contract production quantities providing the item has not been damaged during testing, and has been found to be conforming;r ii. The contractor is responsible for preparing the First Article Test Report in accordance with CDRL’s.r5. Production Lot Special Tests: N/Ar6. For purposes of this TDR, the term NDT shall refer to the following methods: MT – Magnetic Particle Testing, PT – Penetrant Inspection, UT – Ultrasonic Testing, RT – Radiographic Testing, and VT – Visual Testing.r7. Companies performing NDT shall be NADCAP accredited, or a laboratory accredited by one of the organizations listed below as satisfying ISO 17025 (General requirements for the competence of testing and calibration laboratories). NDT certificates shall be bearrthe symbols of accreditation and the accreditation bodyr a. American Association for Laboratory Accreditation (A2LA)r b. ANSI National Accreditation Board (ANAB)r c. International Accreditation Service, Inc. (IAS)r d. National Voluntary Laboratory Accreditation Program (NVLAP)r e. Perry Johnson Laboratory Accreditation, Inc. (PJLA).r f. Canadian Association for Laboratory Accreditation Inc. (CALA)r g. Standards Council of Canada (SCC)r4.1 Review documentation as provided under DD 1423 requirements.r4.2 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed belowr4.2.1 Dimensional test (special)r ;CLOSE MACHINE TOLERACES;r4.2.2 Requirements of:r ;LAKEHURST DRAWING PACKAGE;r4.2.3 Formr ;APPLIES;r4.2.4 Fitr ;N/A;r4.2.5 Functionr ;N/A;r4.2.6 Compliance with drawing ( ;30003; ) ;3491AS0714; , Revision ;REV A; and specifications referenced therein.r4.3 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirementsr4.4 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspectionr4.5 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing.r4.5.1 The QAR shall be present to witness all First Article Testing.r4.5.2 The following additional personnel shall witness the First Article Testing: ;JOSE TORRACA NAWCADLKE QA REP / Tel: (732)-323-2834rE-mail: [email protected];r4.6 Disposition of FAT samplesr4.6.1 ; ; Sample(s) may be destroyed during testing.r4.6.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided thersample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment.r4.7 Test Sample Coating Instructionsr4.7.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required.r4.8 Notice to Government of Testing at the contractors facility.r4.8.1 FAR 52.209-3 appliesr(A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;30003; ; ), Part Number ;3491AS0714-1; ; , Revision ;REV A; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, thercontractor shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests.r(B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;P.C.O.; ;rThe contractor shall mark the report “First Article Test Report” and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements.r(C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditionalrapproval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of thercontractor. A notice of disapproval shall cite reasons for disapproval.r(D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the FirstrArticle or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver anotherrreport to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for anyradditional costs to the Government related to these tests.r(E) If the contractor fails to present any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract.r(F) Unless otherwise provided in the contract, and if the approved First Article is not consumed or destroyed in testing, the contractor may deliver the approved First Article as part of the contract quantity if it meets all contract requirements forracceptance.r(G) If the Government does not act within the time specified in paragraph (C) above the contracting officer, shall, upon timely written request from the contractor, equitably adjust under the Changes clause of this contract the delivery or performance datesrand/or the contract price, and any other contractual term affected by the delay.r(H) Before First Article Approval, the acquisition of materials or components for, or the commencement of production or, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not berallocated to this contract for 1) progress payments, or 2) termination settlements if the contract is terminated for the convenience of the Government. The contractor is responsible for providing operating and maintenance instructions, spare parts, and repairrof the First Article during any First Article test.r(I) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to the effect with each First Article.r(J) The test report (2 copies) shall be in accordance with MIL-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant DCMC to NAVSUP, ATTN: (Cite name and code in Block 10.a of the SF33). The DCMC shall provide comments onrForm DD1222 (2 copies) which shall be forwarded with the test report. Approval of the test report is the PCO’s responsibility. Upon notification of approval, condition approval, the ACO shall execute the DD250 to indicate Government acceptance of the testrreport.r4.9 Alternate Offers – Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate)r(A) Unless otherwise specified in the solicitation, NAVSUP WSS reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or therOriginal Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that:r(I) the last production unit was delivered within three (3) years of the issue date of this solicitation, andr(II) the production location to be used for this requirement is the same as used for the previous production run.rAdditionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that:r(I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer,randr(II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause.r(NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United StatesrCode, Section 1001.)r(B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein – one that is based on compliance with the First Article Approval Requirements androne that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the FirstrArticle Approval Requirementsr(C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for thergovernment notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedulerhe offers to the government.r Offeror’s Proposed Alternate Delivery Scheduler (Based on waiver of First Article Approval Requirements)rWithin Days:rItem No. _____________ Quantity:_______ After Date of Contract:_________r4.10 . Mandatory Inspection Requirements:r100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR).rDuring production, mandatory inspection is required to be accomplished by the contractor as follows:r A. Level of Inspection (LOI).r 1. Critical characteristics: 100% inspection shall apply.r 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR.r B. Critical characteristics:r ;JOSE TORRACA NAWCADLKE QA REP / Tel: (732)-323-2834rE-mail: [email protected];r C. Major and Minor characteristicsr 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications.r4.11 SPECIAL INSPECTION REQUIREMENTSr( ;APPLIES; ) MAGNETIC PARTICLE INSPECTIONr( ;APPLIES; ) SURFACE INSPECTIONr( ; ; ) PENETRANT INSPECTIONr( ; ; ) RADIOGRAPHIC INSPECTIONr( ; ; ) ULTRSONIC INSPECTIONr( ; ; ) HIGH SHOCK TESTr( ; ; ) MECHANICAL VIBRATION TESTr4.12 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buyingroffice/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option ofrwitnessing the final inspection. The contractor shall notify by email orrTELEFAX PCO and NAWC Lakehurst QA ;JOSE TORRACA NAWCADLKE QA REP / Tel: (732)-323-2834rE-mail: [email protected]; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units.r5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULEr6. NOTES – NOT APPLICABLErTHIS IS AN ALRE CRITICAL SAFETY ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWCLKE DRAWING UPDATE SHEET.rNAVSUP REFERENCE ONLY: PROCUREMENT TDR (24-10122)rTHE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS “CRITICAL” REQUIRING ENGINEERING SOURCE APPROVAL BY NAVAL AIR SYSTEMS COMMAND ONLY THOSE COMPANIES WHO HAVE SUBMITTED AND BEEN APPROVED WILL BE ELIGIBLE FORAWARD UNDER THIS SOLICITATION.r ANY COMPANY MAY SUBMIT A SOURCE APPROVAL REQUESTAS OUTLINED IN THIS SOLICITATION.rAll records pertaining to ALRE CSI/CAI manufacture and inspection/test shall be provided to the ALRE Cognizant Technical Authority. All records shall be maintained by LKE QA and by the manufacturer for a period of seven years.rrDATE OF FIRST SUBMISSION=ASREQr16. REMARKS:r(BLOCK 12) DATE OF FIRST SUBMISSION: Concurrently with deliveryof FAT items.rInspection/Certification data needed of FAT Itemsate the Quality ofthe First Article Test unit shall be included in First Article unit packaging.The outside of the package that contains the data shall be clearly marked”INSPECTION/CERTIFICATION DATA INCLUDED”.rData Requirements:ra. Copies of all approved requests for variations.rb. Magnetic particle inspection per Drawing 3491AS0714.rc. Identification per Drawing 3491AS0714.rd. Surface finish (of bare metal) per Drawing 3491AS0714.re. Cleaning and preservation per Drawing 3491AS0714.rf. Hydrostatic testing per Drawing 3491AS0714.rg. Dimensional inspection per Drawing 3491AS0714.rh. Material properties per Drawing 3491AS0714.rrDATE OF FIRST SUBMISSION=ASREQr16. REMARKS:r(BLOCK 12) DATE OF FIRST SUBMISSION. Concurrently with Final Inspection.rData Requirementsra. Copies of all approved requests for variations.rb. Magnetic particle inspection per Drawing 3491AS0714.rc. Identification per Drawing 3491AS0714.rd. Surface finish (of bare metal) per Drawing 3491AS0714.re. Coating per Drawing 3491AS0714.rf. Cleaning and preservation per Drawing 3491AS0714.rg. Hydrostatic testing per Drawing 3491AS0714.rh. Dimensional inspection per Drawing 3491AS0714.ri. Material properties per Drawing 3491AS0714.r

Solicitation in a Nutshell

Item

Details

Agency Department of Navy
Solicitation Number N0038325RC397
Status Post-RFP
Solicitation Date 03/25/2025
Award Date N/A
Contract Ceiling Value N/A
Competition Type Other Than Full and Open
Type of Award Delivery Order
Primary Requirement Aircraft Landing Equipment
Duration TBD
Contract Type Firm Fixed Price
No. of Expected Awards 1
NAICS Code(s): 336413
Other Aircraft Part and Auxiliary Equipment Manufacturing
Size Standard: 1250 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/6bfcbcf6211e47f29242456500679231/view

17–Cylinder Body, AIRCR Background

N/A

17–Cylinder Body, AIRCR Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.