Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOLICITATION NOTICE

17 -- CYLINDERS

Notice Date
5/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-08-R-0114
 
Response Due
6/9/2008
 
Archive Date
6/24/2008
 
Point of Contact
Christine Somerset,, Phone: 732-323-1600, Jennifer L Vaccaro,, Phone: 732-323-5129
 
E-Mail Address
christine.somerset@navy.mil, vaccarojl@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This synopsis is hereby amended to remove the requirements for P/N 52-50866-1. The anticipated solicitation will be for only the procurement of Cylinders P/N 54-50869-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ 08733 is looking to procure the three (3) each Cylinders, P/N 54-50869-1. Contractors shall supply all material equipment and consumable supplies to manufacture three(3) each P/N 54-50869-1 Accumulator Cylinder Assemblies in accordance with NAVAIRSYSCOM drawings: 54-50869 Rev: L, and 90534-841 Rev: 20 and REI 07-017019. The Accumulator Cylinder separates hydraulic air and hydraulic fluid by means of a floating piston. The action of this floating piston causes the run out of the crosshead assembly connected by a series of arrestment cables that ultimately halts the movement of an aircraft landing on the carrier deck. Due to the critical nature of this item, First Article units are required. Inspection & Acceptance will be at Source. Delivery of the First Article units shall be 180 days after contract award. Delivery of Production units shall be 30 days from Acceptance of the First Article units. Packing and Packaging shall be Best Commercial Practice that assures no damage to subject details in shipment. A Pre-Award Survey and Post Award Survey with NAVAIR Quality Assurance(QA) participation are anticipated. Quality Assurance Letter of Instruction is required. A Higher Level Quality program per FAR 52.246-11 and a Standard Quality program per FAR 52.246-2 are required. NAVAIR option to witness final inspection and NAVAIR specified Quality Conformance Inspection plan with sampling rates is required. A Certificate of Quality Compliance is to be provided by the contractor. The contractor shall demonstrate and/or perform First Article testing as specified in the drawings and the REIs, in addition to the Contract Data Requirements List for both First Article Testing and the Certificate of Quality Compliance. Award will be based on Best Value. The drawings involved are Export Controlled. All requests for copies of these drawings must contain a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact Defense Logistics Information Service at (800)352-3572 or www.dlis.dla.mil/jcp/documents.him. The certified DD2345 shall be sent Debbie Dewyea at fax 732-323-7192 or email to deborah.dewyea@navy.mil to obtain all the applicable specifications. Also, all vendors must be registered in the Central Contract Registration (CCR) Database. The internet website is http://www.ccr.dlsc.dla.mil/ccringq or www.ccr.gov. It is mandatory to register with the CCR as your Duns Number(Data Universal Numbering System) and you’re CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow(WAWF); information available in FAR Clause 5252.232-9513. All requests will be made to Christine Somerset at christine.somerset@navy.mil. The solicitation will appear on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business With Us” and then “Open Solicitations”. There will no paper copies of the solicitation available. All responsible sources may submit a Request for Proposal(RFP) which, if received in a timely manner, shall be considered by the agency. Anticipated posting date is on or around the end of June 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ec5d3d9f3c057a10c837cf686c52009&tab=core&_cview=1)
 
Place of Performance
Address: Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN01583872-W 20080601/080530220524-7ec5d3d9f3c057a10c837cf686c52009 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.