81--SHIPPING AND STORAG, IN REPAIR/MODIFICATION OF

Agency:
State: Federal
Type of Government: Federal
FSC Category:
  • 81 - Containers, Packaging, and Packing Supplies
NAICS Category:
  • 332439 - Other Metal Container Manufacturing
Posted Date: Feb 7, 2024
Due Date:
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
81--SHIPPING AND STORAG, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
N0038323QC550
Related Notice
Contract Line Item Number
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 (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 06, 2024 06:56 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|n792.02|lpe|2156972582|timika.nicholson@navy.mil|
COMMERCIAL PRODUCT PROCUREMENT NOTICE|5||||||
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports|n/a|n.a|n00383|n/a|n/a|n/a|n/a|n/a|n/a|n/a||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days|45 days after the last delivery under this contract |||||
EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3||||
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023))|98|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (DEVIATION 2023-O0002) (DEC 2022))|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3||||
BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1||
ROYALTY INFORMATION (APR 1984)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336413|1250||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|
EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4|||||
This solicitation is hereby extended until 2/20/2024. All other terms and conditions remain unchanged.
This solicitation is hereby extended to 11/17/2023.
Please provide your TT&E pricing for the units as well as a repair price.
NAVSUP is looking for pricing for repairs under tier 3. Please see the below tier 3 description for pricing.
Tier 3 (Weld Repair): All of the above, weld repair/patch, welding required to remove replace damaged latch assembly,manufacturing/remove/replace custom/modified common hardware.
This is a competitive requirement. Offers will be evaluated by Lowest Price Technically Acceptable (LPTA).
All other terms and conditions remain unchanged.
This solicitation is hereby extended until 9/29/2023.
This solicitation is hereby extended until 9/11/2023.
The following remarks are being added to this solicitation:
Tier 1 (Inspection/Cleaning/Minor Adjustments): External/Internal Inspection, cleaning and draining inside of base to remove loose debris, remove/replace desiccant, remove/replace
installation instructions, adjusting hardware to ensure hermetic seal, stenciling
Tier 2 (Remove/Replace Common Components): All of the above, remove/replace common inner frame hardware (screws/bolts/nuts/etc.), remove latch hardware and replace with repair kit,
remove replace shockmounts, remove/replace gasket, remove/replace damaged or illegible nameplate, remove/replace humidity indicator, remove/replace valves, remove/replace observation window
Tier 3 (Weld Repair): All of the above, weld repair/patch, welding required to remove replace damaged latch assembly, manufacturing/remove/replace custom/modified common
hardware.
Tier 4 (Manufacturing, Simple): All of the above, manufacturing/remove/replace simple single component parts (plate/tube/etc.).
Tier 5 (Manufacturing, Complex): All of the above, manufacture/remove/replace complex assemblies (brackets/frame/mounting assembly/etc.)
No repair shall exceed 75% of new container cost.
Repair Turnaround Time (RTAT) definition: The contractual delivery requirementis measured from asset Return to the date of asset acceptance under the termsof the contract. For purposes of this section, Return is defined as physicalreceipt of the F-condition asset
at the contractor's facility as reflected inthe Action Date entry in the Commercial Asset Visibility (CAV) system. Inaccordance with the CAV Statement of Work, the contractor is required toaccurately report all transactions by the end of the fifth regular
businessday after receipt and the Action Date entered in CAV must be dated to reflectthe actual date of physical receipt.
The Contractor must obtain final inspection and acceptance by the Governmentfor all assets within the RTATs established in the subsequent contract.
Required RTAT: ## 214 days after receipt of asset.
Induction Expiration Date: 365 days after contract award date. Any assetreceived after this date in days is not authorized for repair withoutbi-lateral agreement between the Contractor and NAVSUP WSS ContractingOfficer.
Reconciliation:A reconciliation modification will be issued after finalInspection and acceptance of all assets inducted under the subsequentcontract. The parties have agreed to a price (shown on the schedule page) foreach unit at the negotiated RTAT. Such prices
are based on the Contractormeeting the RTAT requirements described within the schedule page. If theContractor does not meet the applicable RTAT requirement, consideration willbe assessed and subject to negotiation.
ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARECONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITEDIN THE MAIL, TRANSMITTED BY FACSIMILE, OR
SENT BY OTHER ELECTRONIC COMMERCEMETHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'SPROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS ASDETAILED HEREIN.
Early and incremental deliveries accepted and preferred.FAR Part 12 Applies.
This is a competitive requirement. Offers will be evaluated by Lowest PriceTechnically Acceptable (LPTA).
1. SCOPE
1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document.
1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements.
Repair of:
SHIPPING AND STORAG ;01-356-8857; NSN , ;(05259) 582E001; Part Number, Shall be performed IAW: SHIPPING AND STORAG ;AG-830AC-MEB-000; Publication (s).
1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed throught the Local DCMA/ACO office for review and
recommendations via form 1998.
1.2 When discrepancies exist between these requirements and those on current
manufacturer's drawings,contact code ;Buyer on Page One; or code N241.10
2. APPLICABLE DOCUMENTS - NOT APPLICABLE
3. REQUIREMENTS
3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment.
3.2 At faying surfaces, discontinuous welds, or other areas where atmospheric liquids may be retained by capillary action, the crevice shall be sealed using Sealing Compound MIL-S-81733 or equivalent.
3.3 Reference to Cadmium plating shall be deleted and the following substituted: "Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3."
3.4 The shock mount listed in the drawing package (whether identified as sole source, recommended, or suggested) has been tested and approved for the shock mitigation system of this container. No other shock mount may be substituted without written permission
of Naval Inventory Control Point, Philadelphia unless an alternate is specifically indentified in this contract. ;No Other Mount; is an approved alternate mount.
The contractor shall prepare and maintain manufacturing, repair, modification
assembly and inspection procedures which shall be made available to the
Government for review and approval.The procedures shall include sequential
diagramsof a process as well as the performance specification to perform the
procedures.
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.
All containers must be affixed with a nameplate that includes a
Unique Identification (UID) marking as referenced in the drawing package
Drawing ;(05259) 582E001; and IAW Mil-STD-130 latest revision. The contractor
shall contact NAVICP code ;Buyer on Page One; or code 0771.10 for the alphanumeric
sequential serial number group that makes up part of the UID.
The UIDwill be included on the nameplate in data matrix format.
3.5 Welding and welder qualifications shall be in accordance with AWS D1.1
for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3
for sheet steel and AWS D1.6 for stainless steel. Proper controls shall be used to prevent melt through or burn through. For aluminum, filler for welding 6061 alloy shall be 4043: filler for welding 5000 series alloys
to themselves or to 6061 shall be 5356 or 5556. In addition,welding and
weld inspection shall include:
(1) Visual inspection shall include 5X (5power) magnification when a suspect
condition is to be examined beyond the capability of normal vision.
(2) Critical and major welds may be subjected to further non destructive
testing (such as dye penetrant inspection)as prescribed by the buying activity.
(3) Proper documentation shall be available for review by Government personnel.
3.6 WORK INSTRUCTIONS. Work instructions shall be posted at theoperator's work station giving procedures to control the welding process, i.e., filler material, weld size, electrical and gas characteristics, including flow rate.
3.7 MATERIALS AND MATERIALS CONTROL. The quality program shall assure that the materials used in fabrication or processing, i.e., base metals and weld filler material, be inspected and conform to the applicable physical, chemical and other technical
requirements (supplier's certification is sufficient).
3.8 CONTROLS. Weld filler materials shall be clearly identified and segregated from each other both when in storage and at the work station. Work station environment shall be controlled to prevent conditions adverse to proper gas shielding.
3.9 CLEANING. Parts to be welded shall be cleaned to remove surface soils such as oils, waxes, grease, inks, etc. except that uninhibited alkaline solutions such as sodium hydroxide shall NOT be used.
3.10 DEOXIDIZING. The cleaned parts shall be chemically deoxidized NO MORE THAN 10 DAYS PRIOR TO WELDING to remove thick surface oxide films. (If the material or work is exposed to an outdoor environment, this time limit shall be reduced to a maximum of 3
days, to account for atmospheric effects.) Mechanical cleaning methods shall be applied just prior to the actual start of welding, to remove any reoxidation or residual thin oxide films.
3.10.1 CHEMICAL TREATMENT. An acid deoxidizing treatment shall be applied by either immersion or brushing/wiping. Deoxidizers acceptable for use shall include nitric acid, sulfuric chromic, phosphoric chromic, or equivalent solutions. Sodium hydroxide
solutions shall not be used. Care shall be taken to assure 100% solution coverage of the area to be welded. To allow an adequately sized deoxidized area for good welding, the solution shall be applied to an area extending at least 2 inches from the weld site,
or ending at any closer adjacent edge.
3.10.2 MECHANICAL MEANS. Immediately prior to welding, mechanical cleaning methods shall be applied to the weld areas previously chemically treated to assure removal of residual or reformed oxides, if any. Acceptable methods of mechanical cleaning include
stainless steel wire brushing, scraping, filing, or sanding. However, abrasives containing iron and its oxides, steel wool and wire, and copper alloy based wire, which may become embedded with galvanically active metals and accelerate corrosion of aluminum
alloys shall NOT be used. Mechanical methods shall be vigorous enough to adequately remove any residual oxide films, but gentle enough to avoid forming an excessively rough surface in the comparatively soft metal underneath.
3.11 1.0 GENERAL
3.11.1 This Statement of Work (SOW) establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable
condition.
3.12 2.0 DEFINITIONS.
3.12.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term "contract" encompasses a contract, an order, or a project work order.
3.12.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested
in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled).
3.12.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and
tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired).
3.13 3.0 SCOPE
3.13.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property,
including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and
shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items.
3.13.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary
facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition:
SHIPPING AND STORAG ;(05259) 582E001; P/N, ;013568857; NSN, ;AG-830AC-MEB-000; Tech Publications
3.13.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW.
Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s).
3.14 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration
Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes
to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change.
3.14.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any
delivered items repaired using such unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a
requested change to manuals, drawings, specifications, or to a repair source or facility.
3.14.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the Government shall
be read as the "Government Designated Agency"
3.14.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential
diagrams of processes, as well as the performance specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test.
3.14.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be
used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be
BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of
the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any
disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements.
3.14.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not
included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such
determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI
SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather,
repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract.
3.14.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA).
3.14.7 A. When the contractor believes one or more SRA(s) within a WRA are either:
3.14.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the
Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the
contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK.
3.14.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section
6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed.
3.14.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item
and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all
units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by the contractor to the PCO
prior to undertaking repair of the item.
After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations
and DCMA disposal procedures and requirements.
3.15 4.0 PARTS AND MATERIALS
3.15.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and
material used in performance of this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein.
Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and
requires specific approval by the PCO.
3.15.2 The contractor shall ensure it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications
requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which
require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to
manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility are done at the contractor's own
risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the
Government's disapproval of a requested change to the drawings, specifications or manufacturing source or facility.
3.15.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with
the requirements of this contract.
3.15.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the applicable drawings and specifications or (2)the contractor shall
provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of
such inspections of such inspections shall be maintained by the contractor or subcontractor for Government review.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 as certifications
and actual dimensonal readings.
3.15.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE.
3.15.6
3.16 SOURCE AND LOCATION OF REPAIR SOURCE:
3.16.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed.
SHIPPING AND STORAG ;TBD; Company Name , ;TBD; Address , ;TBD; Cage Code
inspection will be accomplished on the contractor's equipment
3.17 5.0 CONTRACTOR QUALITY REQUIREMENTS:
3.17.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractor's quality management system/program shall be designed to
promptly detect, correct and prevent conditions that adversely affect quality.
3.17.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government.
3.18 6.0 CONFIGURATION MANAGEMENT (CM):
3.18.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract).
3.19 7.0 MARKINGS.
3.19.1 Marking shall be as indicated in the contract when applicable.
3.20 8.0 STORAGE;
3.20.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored.
Welding and welder qualifications shall meet current AWS D1.1 and AWS D1.3
and for stainless steel, AWS D1.6 standards.
Welding and welder qualifications shall meet current AWS D1.2 standards.
Additionally, cleaning preperations shall be in accordance with MIL-C-5541
and the cleaning paragraph located in the welding requirements section of the contract
4. QUALITY ASSURANCE
4.1 100% PRODUCTION LEAK TEST. Each container, uninstrumented and without dummy load, shall be raised to a height of 18 inches and allowed to fall freely to a concrete or similarly hard surface, landing flat on its base. The container shall then be prepared
for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. The pneumatic-pressure technique of method 5009 of Federal Test Method Standard No. 101C shall be
used to detect leakage. An initial pressure setting equal to 1.0 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric
pressure) shall be cause for rejection.
WARNING
Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel.
Each repaired hoisting provision on the container shall be individually tested by hoisting the unloaded container for a period of 5 minutes.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
Contact Information
Contracting Office Address
  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Shelter Expandable - 2 sided - with doors on both ends Active

DEPT OF DEFENSE

Bid Due: 5/15/2024

Follow 81--SHIPPING AND STO Active Contract Opportunity Notice ID N0038324RP219 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 5/13/2024

Follow F-107 Shipping and Storage Active Contract Opportunity Notice ID SPRTA124R0259 Related Notice

DEPT OF DEFENSE

Bid Due: 5/20/2024

Follow 81--SHRINK FILM Active Contract Opportunity Notice ID N0010424QAB95 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 5/08/2024