This tender seeks proposals for the repair and testing of **** aircraft wheel and brake systems. Offers will be evaluated based on price, capacity, delivery, and past performance. Offerors must be approved sources for FAA certified parts with an FAA authorized release certificate (FAA form ****) and airworthy approval tag. Proposals must include non-price factors and price on one document, and include recent (within the past three years) and relevant past performance references limited to three contracts. The closing date for the solicitation is listed on page 1. Quotes must be received by 2:00 PM EST on the closing date and emailed to the provided address. The offer must be valid for 120 days. If only one offer is received, the procedures will shift to sole-source negotiations. All contractual documents are considered issued by the government when copies are deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes a bilateral agreement to issue contractual documents as detailed herein. The scope of work includes markings in accordance with MIL STD 130, manufacture, testing, and inspection in accordance with Safran Landing Systems Wheel Brake Services LLC drawing number **** ****, revision latest. The contractor is responsible for all necessary equipment, fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid. The items to be furnished shall be overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. The contractor shall specify the name of the source division performing the work and the actual location where work will be performed. The contractor shall establish, implement, document, and maintain a
quality system that ensures conformance to all applicable requirements of ISO **** SAE AS9100. The contractor shall maintain a calibration system that meets the requirements of ANSI NCSL ****, ISO ****, or an equivalent calibration program acceptable to the government. The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVCPIA18. 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.