The RFP Database
New business relationships start here

BOND ASSY-PANEL LH


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NSN 7R-1680-016487262-P8, REF NR 116A1210Y1, QTY 2 EA, DELIVERY FOB ORIGIN. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable; Offers for such are ineligible for award. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable; Offers for such are ineligible for award. GOVERNMENT PCO POC IS JOHN FINLEY; CORRECT EMAIL IS JOHN.FINLEY@DLA.MIL (PLEASE NOTE THAT "JOHN.P.FINLEY@DLA.MIL" IS INCORRECT.) The Navy has mandated that near-term procurement of parts, consumable and repairable, for the P-8A Aircraft Program must be from either the Prime Contractor or from the OEM, or from an "Authorized Distributor" of either. An "Authorized Distributor" shall provide an official letter from either the Prime Contractor/OEM indicating that they are indeed an "Authorized Distributor" for the specific part number being procured. Without this letter, they shall not be considered eligible for this contract award. "Traceability" alone, of the part being proposed, to the Prime Contractor/OEM will be considered insufficient. This contract will only be awarded to the Prime Contractor, OEM, or to "Authorized Distributors" thereof. RAAF Unique Contract Inclusions 1. Background 1.1 The Contractor shall be aware that: a. The P8-A program is a Cooperative Development Program between the United States Department of Defence (US DoD) and the Australian Department of Defence (AS DoD) which is managed under the P8 Production, Sustainment, and Follow-On Development (PSFD) Memorandum of Understanding (MOU). b. The P8-A program and the systems and components associated with this contract are in no way related to a Foreign Military Sales (FMS) program. 2. Export Licensing 2.1 The Contractor shall comply with all applicable laws and regulations regarding export-controlled items in accordance with DFARS 252.225-7048. 3. Documentation and Labeling 3.1 The Contractor shall prepare and attach form DD250 to all shipments 3.2 The Contractor shall include the following text as comments in the DD250: a. "Roman Purchase Order 4500945043". b. "This is a special procurement for the Royal Australian Air Force under the authority of the P8 Memorandum of Understanding which operates in accordance with Section 27 of the Arms Export Control Act." c. the Schedule B Number, weight, dimension, special handling instructions (eg. HAZMAT) and notification of classified material, as relevant for each shipment and d. the applicable ITAR category or EAR ECCN if applicable. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part from other than the current source(s). The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: www.neco.navy.mil/sar.aspx Repair: www.neco.navy.mil/sarr.aspx These brochures identify the technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.neco.navy.mil/cib.aspx". Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: https://assist.dla.mil. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-6396 (DSN: 442-6396), or mail their request to DLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

JOHN FINLEY, APAP.18, PHONE (215)737-3605, FAX (215)697-9983, EMAILJOHN.P.FINLEY@DLA.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP