Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2026 SAM #8864
SOLICITATION NOTICE

16 -- 16--AXLE,LANDING GEAR

Notice Date
3/2/2026 3:45:11 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA126RZA65
 
Response Due
3/30/2026 11:00:00 AM
 
Archive Date
04/14/2026
 
Point of Contact
Telephone: 2157376824
 
E-Mail Address
NICHOLAS.POPLAWSKI@DLA.MIL
(NICHOLAS.POPLAWSKI@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|TBD||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TAC Code: P641 / FMS Case: SP-P-JXL|N52211.72| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report Combo|N/A|TBD|SPRPA1|TBD|TBD|See Schedule|TBD|N/A|N/A|TBD|N/A|N/A|N/A|N/A|N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 year after the date of delivery|45 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL|IAW QAP/CDRL||| IAW Quality Assurance Provisions (QAP) dated 25MAR2021 and Contract Data Requirements List (CDRL) ver.001: This is a Critical Safety Item and requiressource approval. The QAP may be requested by email to the PCO by approved sources only. DoDSAFE is the o nly approved means of dissemination. BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| WARRANTY OF DATA-BASIC (DEVIATION 2026-O0035) (FEB 2026)|2||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|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 (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|215-737-7149| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|Electronic Mail| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||X| No drawings are available for this request for proposal. This item is a Critical Safety Item (CSI) This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. The following is included in section M of this solicitation: The Government will consider all responsible offerors/quotors for award. The Government will evaluate offerors/quotors based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. This is a NEW SPARES requirement. No drawings available for this solicitation. This item requires USG Source Approval prior to award. If you are not an approved source, you must submit, together with yourproposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained online at https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Syatems-Support/ Business-Opps/ under ""Commodities."" Offers received which fail to provide alldata required by the source approval brochure will not be considered for awardunder this solicitation. Please note, if evaluation of a source approvalrequest submitted hereunder cannot be processed in the time and/or meet USGrequirements, award of the requirement may be continued based on Fleet supportneeds. Test, and I/A requirements IAW CSI QAP dtd 25MAR2021: See the applicable clause(s) contained within this document. FOR REFERENCE ONLY: PART NUMBER: 74A410509-1006. Note: This is a Critical Safety Item (CSI). This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. The following is included in section M of this solicitation: The Government will consider all responsible offerors/quoters for award. The Government will evaluate offerors/quoters based on price, delivery timeframe, and past performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Timeline of Delivery Requested SUBCLIN 0001AA: 3EA - Delivery 504 days ARO SUBCLIN 0001AC (FAT): 1 LO - Delivery 90 days ARO SUBCLIN 0001AB (PLT): 1 LO - Delivery 180 days ARO \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with McDonnell Douglas Aircraft (MDA) drawing number ( ;76301; ) , ;74A410509-1006; and all details and specifications referenced therein as supplemented by MDA, as of date of contract award. Incorporation of any supplemental changes to the configuration of the item must be approved by the contracting officer. Any successful offeror is required to demonstrate, at time of contract award, a bi-lateral agreement with MDA. A copy of the bilateral agreement must be received by contracting officer by the time of contract award. Contractors are requested to note the estimated date of award in the solicitation remarks under the schedule. If the copy of the bi-lateral agreement with MDA is not received as specified in the solicitation remarks under the schedule, then your offer will not be considered for the instant award. 1.2 The bilateral agreement with MDA shall provide for the following: 1.2.1 MDA Certification in accordance with the appropriate CDRL that the offeror has in its possession complete technical data representing the latest configuration including all engineering orders, changes in design, etc. and that such data are used in manufacture of the part, purchased under this contract. MDA review, disposition and certification of all Material Review Board actions, requests waivers and deviations and any requests for acceptance of material non-conformities. MDA review and approval of Process/Operation Sheets and MDA participation, performance, review and approval of First Article inspection, as detailed in Section C of this solicitation/contract. 1.2.2 Certification is required that all critical processes to include acquisition of forging/castings have been procured from MDA approved source(s) in accordance with the appropriate CDRL. 1.3 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, templates, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be 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 referenced specification. 1.4 Quality/Inspection Requirements 1.4.1 MIL-Q-9858A/AQAP-1 applies: Refer to contract Section E. 1.4.2 First Article/First Production Lot Inspection: Refer to contract Section C. 1.4.3 Mandatory Inspection applies: Refer to contract Section C. 1.5 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. MIL-W-22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.6 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with MIL-STD-2000A. Personnel performing tasks in accordance with MIL-STD-2000A shall be trained and certified as requried by MIL-STD-2000A paragraph 5.1.4. 1.7 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 approved will 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 the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (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 the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (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. (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. (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, forgings, etc. (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 characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source 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 with MDA 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 Approval Brochure. 1.8 . The contractor shall include on the detailed process/operation sheets developed, (1) all in house manufacturing processes and (2) the identity of all manufacturing sources performing processes/operations outside their facility. These sheets shall not be revised or altered after the successful completion of First Article or Production Lot Testing without approval from the Basic Design Engineering activity, via the PCO. 1.9 . The Inspection Method Sheets which list the characteristics of each item produced under the contract shall have serial number traceability to the raw material, casting, or forging. 1.10 . Markings shall be in accordance with MIL-STD-130, Revision ;H; , paragraphs 5.3.3 (a), (b), (c) and (g). Method and location shall be in accordance with drawing. 1.11 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.12 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be 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 referenced specification. 1.13 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.14 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 Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS DRAWING DATA=74A410509-1006 |76301|^^| |A| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 The material produced under contract shall be accepted by the cognizant U.S. Government Inspector/CAO/QAR contingent upon the successful completion of these requirements. First Article Testing shall consist of two parts. Part I shall be conducted at the successful offeror's facilities with McDonnell Douglas Aircraft (MDA) and U.S. Government personnel in attendance to witness testing. Part II will be conducted at MDA facility with the successful offeror and U.S. Government personnel in attendance. 4.2 FIRST ARTICLE TESTING REQUIREMENTS PART I (to be performed at the successful offeror's facility) A. The contractor shall perform detailed dimensional inspection of the first piece using the digital data provided by MDA. This data will be used to inspect the first piece with results being compared to results of an inspection of the model provided by MDA using the same testing facilities and equipment. All testing shall be witnessed by U.S. Government personnel, as well as MDA personnel. The PCO shall be provided notification not later than 30 days prior to date that the First Article is scheduled to insure proper U.S. Government personnel availability. B. Compliance with drawing ( ;76301; ) , ;74A410509-1006; latest revision and specifications referenced therein. C. Function - in accordance with MDA Acceptance Test Procedures where applicable per MDA supplied data package D. Dimensional check of detailed parts prior to assembly to include forging prior to machining E. Review of documentation as provided under CDRL (DD1423) requirements. F. Review of the following documentation: Process/Operation Sheets Critical Process Certification Completed Inspection Method Documents Material Certifications: Documentation certifying that the material used in manufacture of the items is in accordance with the applicable drawing and material specification including test results. Forging: Documentation certifying that only the MDA approved sources were used for critical processes including forging/casting(s) for the item and that all test/inspections required in the material specification were complied with, including test reports. G. MDA review of First Article and certification in accordance with the applicable CDRL is required. 4.3 . FIRST ARTICLE TESTING REQUIREMENTS PART II (To be conducted at MDA facilities) A. The contractor shall provide for the first article piece to be inspected by MDA personnel at MDA facilities in order to verify and correlate test results using the digital data provided by MDA. This testing shall be witnessed by U.S. Government personnel. B. Certification/report of findings shall be provided by MDA in accordance with CDRL. 4.4 . PRODUCTION LOT TESTING A. The production lot sample(s) shall be selected at random by the cognizant Government inspector (DCMAO/QAR). The samples shall be identified by contract number, lot number and be clearly marked as follows: PRODUCTION LOT TEST SAMPLES NOT RFI MATERIAL DO NOT TAKE UP IN STOCK B. Such samples shall be tested in sufficient time prior to the delivery date of the production articles to allow a 60 day period for testing and written notification by the contracting officer of the approval or disapproval of the samples. Within 45 days of the receipt of the samples, the CAO shall notify the contracting officer, Naval Inventory Control Point, ATTN: (See Block 10.a. of SF33 for name and code) of the results of the testing, together with a recommendation for approval or disapproval. C. In the event the contractor does not receive written notification of approval, conditional approval, or disapproval of the samples for a particular production lot within 60 days from their submission for such testing, the contract delivery schedule shall be equitably adjusted as necessary. D. If the contractor fails to deliver any production lot samples for testing within the time or times specified, or if the contracting officer disapproves any production lot samples, the contractor shall be deemed to have failed to make delivery within the meaning of the Default Clause of this contract, and this contract shall be subject to termination for default. E. In order for a production lot to be acceptable, all samples representative of the lot must pass all of the contract requirements. In the event a sample fails to pass such requirements, the lot will be rejected. In such event, the Government may, at its option and at no additional cost to the Government, (I) terminate all or any portion of this contract for default, (II) require the manufacture of a new production lot, or a rework of the rejected production lot if the means and procedures proposed by the contractor for rework are acceptable to the Government, or (III) require the submission of additional samples for test. The foregoing procedures shall apply to new or reworked production lots in the same way as they did to the original production lot. F. For each additional sample or each resubmission of a modified sample which the contractor is required to submit for approval hereunder as a result of the failure of a previous sample to conform to the requirements of the specifications, the contractor shall pay to the Government the costs of reinspection, shipping, examination and retesting, and the contractor and his sureties (if any) shall be liable for the amount of such costs. G. All transportation charges incurred in the submission and return of any production lot sample shall be borne by the contractor. H. Nothing contained in the foregoing provisions of this clause, and no action of the Government in accordance herewith, shall in any way prejudice the right of the Government under the clause of this contract entitled Default. I. One each sample from the first production lot shall be subjected to a 100% dimensional inspection at the contractor's facility witnessed by U.S. Government and MDA personnel. J. The contractor shall perform detailed dimensional inspection of the production lot sample using the digital data provided by MDA. All testing shall be witnessed by U.S. Government personnel, as well as MDA personnel. The PCO shall be provided notification not later than thirty (30) days prior to the date Production Lot Testing is scheduled to insure proper U.S. Government personnel availability. K. Compliance with drawing ( ;76301; ) ;74A410509-1006; latest revision and specifications referenced therein. L. Function - In accordance with MDA Acceptance Test Procedures where applicable per MDA supplied data package M. Dimensional Check of detailed parts prior to assembly to include forging prior to machining. N. Review of documentation as provided under CDRL (DD1423) requirements O. Review of the following documentation: Process/Operation Sheets Critical Process Certification Completed Inspection Method Documents Material Certifications: Documentation certifying that the material used in manufacture of the items is in accordance with the applicable drawing and material specification including test results. Forging: Documentation certifying that only the MDA approved sources were used for critical processes including forging/casting(s) for the item and that all test/inspections required in the material specification were complied with, including test reports. P. MDA review of Production Lot and certification in accordance with the applicable CDRL is required. In addition to the above tests, the Production Lot Samples(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the sample(s) comply with contract requirements. 4.5 TESTING LOCATION, COST AND ESTIMATED LEADTIME A. All testing is to be accomplished at the contractor's or MDA facilities as facilitated by the successful offeror's agreement with MDA. Cost of contractor testing to be borne by the successful offeror. The contractor shall deliver ;two (2); unit(s) of the following (76301) part number ;74A410509-1006; as specifed in this contract ;400; DAC. B. Estimated cost for government witnessing of inspection/test is $ ;15,000.00; . The contractor shall submit the First Article Test report within ;430; calendar days from the date of this contract. Forward copies of report in accordance with Distribution cited on DD1423. Mark reports as follows:""FIRST ARTICLE TEST REPORT: CONTRACT NO. ___________________ ; LOT/ITEM NO. _______________"" . Within thirty (30) calendar days after the contracting officer receives the test report, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval or disapproval of the First Article. The notice of conditional approval or approval 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 the contractor. A notice of disapproval shall cite reasons for the disapproval. C. 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 First Article 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 another report 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 any additional costs to the Government related to these tests. D. If the contractor fails to deliver any First Article report 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. E. 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 for acceptance. F. If the government does not act within the time specified in paragraph B 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 dates and/or the contract price, and any other contractual term affected by the delay. G. Before First Article approval, the Contracting Officer may, by written authorization, authorize the contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal deviations from contract requirements, the contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price. H. The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. ^^ NOTE: Contractor may deliver MDA certifications for a First Article test completed by MDA and contractor under an MDA production contract in lieu of testing a first article produced under this contract, provided that the contractor provides, at least ten (10) calendar days before testing, notice to the Government, so that the Government may witness the tests, and further provides a certification that such testing under the MDA production contract is in compliance with all the first article requirements of this contract. The certifications submitted shall be treated as submitted pursuant to the first article clause of this contract and shall be approved/disapproved as set forth in that clause. 4.6 NOTIFICATION OF TESTING The contractor shall notify the PCO, ACO and QAR thirty (30) days prior to conducting First Article/First Production Lot Tests so that the Government may witness such testing. The QAR shall be present to witness all First Article/First Production Lot Tests. 4.7 DISPOSITION OF FIRST ARTICLE/PRODUCTION LOT SAMPLES A. First Article Samples shall not be considered as production items due. B. Production Lot Samples may be considered as production items under the contract provided the samples can be refurbished to a Ready For Issue (RFI) condition and provided the samples have inspection approval of the cognizant QAR. Samples may be shipped as production items only after all other units required under the contract have been provided and are ready for shipment. 4.8 During production mandatory inspection is required to be accomplished by the contractor as follows: 4.8.1 Verification that the first piece of each lot run on a machine for a specific part will be checked to 100% dimensions of print. Every sixth piece thereafter shall be checked 100% to print. 4.8.2 All final Inspection Method Sheets (IMS) shall be validated by a government authorized inspector for all sub components and final assembly. This is to be accomplished by random sampling of characteristics. 4.8.3 In cases where functional testing is required, the U.S. Government authorized Inspector shall validate 100% of the final functional tests reports performed to MCAIR acceptance test procedures for FSCM/CAGE ( ;76301; ), part number, ;74A410509-1006; , in accordance with Acceptance Test Plan ;N/A; . 4.8.4 Material verification - the U.S. Government authorized inspector shall verify that the material certification is in accordance with the appropriate drawing. 4.8.5 Verification via random inspection of surface finish. 4.9 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 applicable). (I) Unless otherwise specified in the solicitation, the Naval Inventory Control Point 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 the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Approval Requirements shall submit evidence with its offer establishing that: (a) the last production unit was delivered within three (3) years of the issue date of this solicitation AND (b) the production location to be used for this requirement is the same as used for the previous production run. Additionally, the offeror shall submit a CERTIFICATION, to be executed by the officer or employee responsible for the offer, stating that: (a) the articles to be provided will be produced using the same facilities, processes, sequence of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, AND (b) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (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 States Code, Section 1001.) (II) 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 AND one 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 First Article Approval Requirements. (III) In the event waiver of the First Article Approval Requirements 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 the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this soliciatation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on waiver of First Article Approval Requirements) Within Days: Item No. ____________ Quantity _________ After Date of Contract ________ 4.10 ALTERNATE OFFERS - WAIVER OF PRODUCTION LOT TESTING APPROVAL REQUIREMENTS (I) The Naval Inventory Control Point reserves the right to waive the Production Lot Testing Approval Requirements specified herein for offerors who have previously furnished IDENTICAL production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of Production Lot Testing Approval Requirements shall submit EVIDENCE with its offer establishing that: (a) the last production unit was delivered within three (3) years of the issue date of this solicitation AND (b) the production location to be used for this requirement is the same as used for the previous production run. Additionally, the offeror shall submit a CERTIFICATION, to be executed by the officer or employee responsible for the offer, stating that: (a) the articles to be provided will be produced using the same facilities, processes, sequence of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, AND (b) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (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 States Code, Section 1001.) (II) In the event waiver of the Production Lot Testing Approval Requirements is granted, the delivery schedule for the production units shall be one hundred and sixty-five (165) days earlier than that which is desired had the waiver not been granted. If the offeror is unab...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41f5fc4112e643fda89af5d4974590bb/view)
 
Record
SN07731185-F 20260304/260302230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.