Federal Contract Opportunity

Last Updated on 02 May 2024 at 11 AM
Solicitation
Philadelphia Pennsylvania

15--WINDSHIELD PANEL,AI

Details

Solicitation ID N0038324RH096
Posted Date 02 May 2024 at 11 AM
Response Date 03 Jun 2024 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsup Weapon Systems Support
Agency Department Of Defense
Location Philadelphia Pennsylvania United states 19111

Possible Bidders

Ppg Industries Incorporated

Lake charles Allison park Carlisle Shelby Pleasantville Oak creek Gainesville Pittsburgh Casa grande Greensboro Huntsville Springdale Grand haven Monroeville Cedar rapids Brazil La jolla

The Boeing Company

Renton Seal beach Albuquerque Lanham Houston Anaheim Philadelphia Heath Ridley park Wichita Irvine Seattle Oklahoma city Long beach Saint charles Newark Mesa Saint louis Huntington beach Fairfax Bellevue Tukwila Kent Titusville Fort walton be Huntsville Vienna

Sierracin Corporation

Burbank Sylmar Vista

Ppg Industries Incorporated

Lake charles Allison park Carlisle Shelby Pleasantville Oak creek Gainesville Pittsburgh Casa grande Greensboro Huntsville Springdale Grand haven Monroeville Cedar rapids Brazil La jolla

Sign up to access Documents

Signup now
CONTACT INFORMATION|4|N722.10|B4M|2156972486|[email protected]| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||P7511.61| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo.||TBD|N00383|TBD|TBD|See schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days after delivery of unit.|45 days after defect was found.||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (FEB 2024))|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|336413|1250|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be "issued" by the Government when copies are either deposited in 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. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 . The following special processes are required and shall be performed by the sources identified below: ;120400-01 MADE TO. the requested material shall be in compliance with drawing.; to be procured from ;7R 1560-00-943-5003 QH; ;Produce to industry standards. ; to be procured from ;SIERRACIN CORPORATION; ;12780 San Fernado Road Sylmar CA 91342-3728 (818) 362-6711; to be procured from ;12035This modification is being issued to confirm that Sierracin PN 120400-01 cage code 12035 is an acceptable part to fulfill this requisiton. Manufacturingand acceptance of part shall be in compliance with drawing 120400 and take pre-cedenc over TPD N0.002 All other terms and conditions to remain unchanged. ; ;Approved Source of Supply from Sikorsky.; to be procured from ; ; ; ; to be procured from ; ; 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS The contractor shall maintain a quality control system which meets the requirements of Mil-I-45208A, Mil-Q 9858,ISO-9000 / 9001 / 9002 or equivalent. RESPONSIBILITY FOR INSPECTION: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the contractor may use his own or any other facility suitable for the performance of the inspection requirements specified herein. PROCEDURES:The contractor shall prepare and maintain Quality Control Documentation, test and repair procedures, and inspection procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of the test, repair, and inspection process, as well as the performance spcifications to perform the procedures. QUALITY ASSURANCE PROGRAM PLAN: The contractor shall develop, implement and maintain a Repair Quality Plan in compliance with the requirements of Mil-I-45208A, Mil-Q-9858, ISO,9000 / 9001 / 9002, or equvalent.The plan shall define the specific methods by which compliance with contractual requirements will be assured. All quality assurance data shall be provided to the Government for review and approval upon request. PURCHASED MATERIAL CONTROL: The contractor shall establish and maintain a system of control over purchased material which shall assure that the necessary requirements of this contract are included. in all sub contract agreements. A parts control system shall establish a record of performance for each purchased and internally manufactured part and shall be used to evaluate continued use of the source. The contractors control system shall be in compliance wil either Mil-I 45208A/Mil-Q-9858 or equivalent Quality Quality Assurance Standared.(ISO/AS:9000, 9001, 9002). RECEIVING INSPECTION OF PURCHASED MATERIAL: Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspections shall be maintained for Government review at least twelve (12) months following acceptance of the end item. Inspection reports shall be maintained by the contractor. The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with appropriate pass/fail criteria, such ascertifications, and actual dimensional readings. FAILURE ANALYSIS AND CORRECTIVE ACTION:All failure analysis and corrective action reports/plans shall be submitted to the Government. NONCONFORMING MATERIAL:The contractor shall establish an effective system for controlling nonconforming material including procedures for identification, segregation, and disposition. CONTRACTOR INTERNAL REVIEW BOARD (IRB):IRB authority is delegated to the contractor for this contract only. The IRB may be used only for disposition of materials exhibiting minor non-conformances, scrap or rework to return a part to conformance with drawings or specifications as authorized by the approved repair procedures.IRB shall not use "AS-IS" disposition. A complete file of IRB actions shall be maintained for review by the Government for concurrance of classification. MATERIAL REVIEW BOARD (MRB):Formal MRB authority for disposition of "AS-IS"and for minor non-conformances is retained by the Government. The contractor shall submit the appropriate request for Variance via the DCMC to the NAVSUP Contracting Officer. RESPONSIBILITY FOR COMPLIANCE: All items must meet all requirements of this Statement of Work. The inspection requirements set forth in this SOW shall become part of the contractors overall inspection system or quality program. The absence of any inspection requirements in the SOW shall not relieve the contractor of the responsibility of assuring that all Government equipment submitted for acceptance comply with all requirements. Sampling in quality conformance does not authorize submission of known defective items, either indicated or actual, nor does it commit the procuring activity to acceptance of any defective items. REPAIR ASSESSMENT TESTING: The Government may select samples of the Contract Line Items (CLINS) which have completed repair and have been accepted by the Government representative for the purpose of conducting performance testing, environmental testing, and quality conformance examination in a repair assessment test program. A quantity of CLIN's may be randomly selected from each quaterly repair production completion for shipment to the CFA or other Government designated location to conduct this testing. RECORDS OF DATA COLLECTION: The contractor shall maintain a historical record file to contain copies of applicable data and documents for individual CLIN's and assemblies by CLIN serial number. The historical record file shall include,but not be limited to the following types of historical records: Receipt inspection documentation. Repair shop travelers or repair cards. Parts replacement records. Parts inspection data before and after repair as applicable. Acceptance test data. QA personnel shall maintain a complete receipt inspection,test, repair re-test, history card for each item processed. This information shall be made available to the Government upon request. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE

Similar Opportunities

Philadelphia Pennsylvania 21 May 2024 at 4 AM
Location Unknown 22 May 2024 at 4 AM
Location Unknown 22 May 2024 at 4 AM
Location Unknown 23 May 2024 at 4 AM
Location Unknown 24 May 2024 at 4 AM

Similar Awards

Philadelphia Pennsylvania 07 Oct 2005 at 5 AM
Philadelphia Pennsylvania 26 Apr 2017 at 11 AM
Philadelphia Pennsylvania 18 Aug 2004 at 5 AM
Philadelphia Pennsylvania 21 Dec 2002 at 5 AM
Philadelphia Pennsylvania 19 Nov 2015 at 1 PM