Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

48 -- PARTS KIT,BALL VALV

Notice Date
4/1/2020 9:24:16 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010420QFB35
 
Response Due
3/24/2020 8:59:59 PM
 
Archive Date
04/08/2020
 
Point of Contact
Telephone: 7176053875
 
E-Mail Address
JILL.SABOL@NAVY.MIL
(JILL.SABOL@NAVY.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifcation section C | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1|300|||||||||||||||||| REPAIR DELIVERY (FIRM FIXED PRICE)|1|300| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|Material - Inspection & Acceptance at SOURCE Certifications - Inspection at DESTINATION & Acceptance at OTHER |TBD|N00 104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|N/A|N/A|Certifications-N39040|N/A|N/A|See DD Form 1423|PORT_PTNH_WAWF_Notification@navy.mil| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| FIRM FIXED PRICE REPAIR PURCHASE ORDERS|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from the date of delivery |one year from the date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JAN 2019)(DEVIATION 2019-O0003)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|332919|750||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1. DD 1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg (see NAVSUP WSS term WSSTERMLZ02). 2. Some of the drawings for this requirement are NOFORN. Available drawings and additional documents can be accessed through beta.SAM.gov. 3. NAVSUP WSS Mech will be considering past performance in the evaluation of offers IAW FAR 13.106. See clauses DFARs 252.213-7000 and NAVSUP WSS termWSSTERMMZ01. 4. Consistent with FAR 52.216-18, ""All contractual documents (i.e. contracts,purchase orders, task orders, delivery orders and modifications) related tothe instant procurement are considered to be ""issued"" by the Government whencopies are either deposited in the mail, transmitted by facsimile, or sent byother electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein."" 5. Please quote a firm fixed price for the full repair of the item. Thisincludes the teardown, evaluation, inspection and full repair of the item to""like new"" or ""A"" condition. See statement of work in solicitation. 6. A cost of new price shall also be provided inaddition to the repair price at time submission of quote. 7. Do NOT include the cost for shipping material as the government implementedshipping system or ATAC will be shipping/delivering material. 8. The vendor is required to comply with the Commercial Asset Visibility (CAV) of the asset(s) in this purchase order in accordance with NAVSUPWSSFA24. 9. CSD 018 applies. It provides information on the process of applying polytetrafluoroethylene resins on steel. 10. THE FOLLOWING CLAUSE IS HEREBY INCORPORATED: CONTRACT CLAUSE FOR PROTECTION OF NAVAL NUCLEAR PROPULSION INFORMATION During the performance of this contract Naval Nuclear Propulsion Information (NNPI (NOFORN)) may be developed or used. Naval Nuclear Propulsion Informationis defined as that information and/or hardware concerning the design, arrangement, development, manufacturing, testing, operation, administration, training, maintenance, and repair of the propulsion plants of Naval Nuclear Powered Ships, including the associated shipboard and shore-based nuclear support facilities. Appropriate safeguards must be proposed by the contractor, and approved by the Contracting Officer for Security for the safe guarding from actual, potential,or inadvertent release by the contractor, or any subcontractor, of any NNPI(NOFORN) in any form, classified or unclassified. Such safeguards shall ensurethat only governmental and contractor parties, including subcontractors that have an established need-to-know, have access in order to perform work under this contract, and then only under conditions which assure that the informationis properly protected. Access by foreign nationals or immigrant aliens is not permitted. A foreign national or immigrant alien is defined as a person not a United States citizen or a United States national. United Statescitizens representing a foreign government, foreign private interests or otherforeign nationals, are considered to be foreign nationals for industrial security purposes and the purpose of this restriction. In addition, any and all issue or release of such information beyond suchnecessary parties, whether or not ordered through an administrative or judicialtribunal, shall be brought to the attention of the Contracting Officer for Security. The Contracting Officer for Security shall be immediately notified of anylitigation, subpoenas, or requests which either seek or may result in therelease of NNPI (NOFORN). In the event that a court or administrative order makes immediate review by the Contracting Officer for Security impractical, the contractor agrees to take all necessary steps to notify the court or administrative body of the Navy's interest in controlling the release of such information through review and concurrence in any release. The Contracting Agency reserves the right to audit contractor facilities forcompliance with the above restrictions. Exceptions to these requirements may only be obtained with prior approval from the Commander, Naval Sea Systems Command (SEA 09B2). Additional guidance may be obtained from NAVSEA Instruction 5511.32 \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3 Specification Revisions - The specification revisions listed under ""Docu ments References"" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.3.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.3.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=EB-2000 |96169| B|SP |D|0001 | B|49998|0023467 DRAWING DATA=EB-2000 |96169| B|SP |D|0002 | B|49998|0025267 DRAWING DATA=EB-2000 |96169| B|SP |D|0003 | B|49998|0006121 DRAWING DATA=EB-2000 |96169| B|SP |D|0004 | B|49998|0028838 DRAWING DATA=EB-2000 |96169| B|SP |D|0005 | B|49998|0017832 DRAWING DATA=EB-2000 |96169| B|SP |D|0006 | B|49998|0025093 DRAWING DATA=EB-2000 |96169| B|SP |D|0007 | B|49998|0018998 DRAWING DATA=EB-2000 |96169| B|SP |D|0008 | B|49998|0022687 DRAWING DATA=EB-2000 |96169| B|SP |D|0009 | B|49998|0025541 DRAWING DATA=EB-2000 |96169| B|SP |D|0010 | B|49998|0008084 DRAWING DATA=2285-703 |43689| H| |D|0001 | H|49998|0257224 DRAWING DATA=2285-704 |43689| A| |D|0001 | A|49998|0363958 DRAWING DATA=2285-704 |43689| A| |D|0004 | A|49998|0381215 DRAWING DATA=255583 |43689| L| |D|0001 | L|49998|0365060 DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4384678C01 |53711| C|DN |D|0001 | C|49998|0067532 DRAWING DATA=4384678C01 |53711| C|DN |D|0002 | C|49998|0045081 DRAWING DATA=4384678C01 |53711| C|DN |D|0003 | C|49998|0030946 DRAWING DATA=4384678C02 |53711| C|DN |D|0001 | C|49998|0041260 DRAWING DATA=4384678C03 |53711| C|DN |D|0001 | C|49998|0035403 DRAWING DATA=4384678C04 |53711| C|DN |D|0001 | C|49998|0040252 DRAWING DATA=4384678C05 |53711| C|DN |D|0001 | C|49998|0033942 DRAWING DATA=4384678C06 |53711| C|DN |D|0001 | C|49998|0033961 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |130701|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | | |950801|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.0.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markingsto each unit throughout refurbishment. 3.0.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.0.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications arenot required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications arenot available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.0.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identifie d above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.0.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Newport News drawing 2285-703 piece 3 Ball, piece 4 Seat and piece 29 Seat with Ball, piece 3, details on Newport News drawing 255583 and Seats, pieces 4 and 29, on Newport News drawing 2285-704 except as amplified or modified herein.; , except as amplified or modified herein. This applies to all ""Parts Requiring Certification"" as identified elsewhere in this Contract/Purchase Order. 3.0.6 Additional SOW Requirements - ;Work Requirements: A. Clean B. Inspect to determine if refurbishment is possible C. Blast or grind to remove any existing coating(s) D. Inspect to determine if refurbishment is possible E. Apply Teflon F. Measure stack height 3.1 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: For Boilerplate R00375, Part - ;Ball, piece 3 of drawing 2285-703; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10"" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6"" to 10"", must be applied. Part - ;Seats, piece 4 and 29 (Q3); Material - MC903 (Type 6 cast nylon produced with polyepsilon caprolactam by the direct polumerization process) as manufactured by the Polymer Corporation or equal in accordance with Electric Boat Division Specification 2000. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Melting Point D789 221 deg C +/- 9 (430 deg F +/- 16) (B) Relative Viscosity D789 1500-6500 (RV is a unitless value, the RV test specimens must dissolve within a 120 hour period) (C) Specific Gravity D792 1.15 - 1.17 @ 23 deg C (73F) (D) Dimensional Change Note 1 .2% MAX (E) Tensile Impact D1822 80 FT-LB/SQ IN Type S Specimen Minimum Note 3 Note 2 (F) Tensile Yield Stress D638 9,000 PSI MIN Note 2 Note 3 (G) Compressive Strength D695 9,000 PIS MIN 1% Offset Note 2 Note 3 (H) Water Absorption D570 24 HR 1.3% MAX Saturation 7% MAX NOTES: 1. The test method to determine dimensional stability must be performed as follows: The test specimens must be measured at 23 deg C +/- 3 (73 deg F +/- 5) and placed in a mineral oil^ bath maintained 184 deg C +/- 3 (363 deg F +/- 5). The specimens must remain in the bath for six (6) hours at temperature and allowed to slow cool in the bath at a rate not to exceed 23 deg C +/- 3 (41 deg F +/- 5) per hour. When the bath reaches 23 deg C +/- 3 (73 def F +/- 5), the test specimens must be removed and measured. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. ^Mineral oil meets the specifications as listed below: Description..........................Passes U.S.P. Test (USP XX, P.1143) Solubility...........................Passes U.S.P. Test (USP XX, P.1143) Neutrality...........................Passes U.S.P. Test (USP XX, P.532) Readily Corbonizable Substances......Passes U.S.P. Test (USP XX, P.532) Limit of Polynuclear Compounds.......Passes U.S.P. Test (USP XX, P.532) Solid Parafin........................Passes U.S.P. Test (USP XX, P.532) Specific Gravity @ 25 deg C (77F)....0.8600 to 0.8900 Viscosity @ 37.8 deg C (100 F).......73.6 to 84.4 Centistokes (340-390 SUS) Flash Point Cleveland Open Cup.......420 deg F (216 C) (Typical) Refractive Index @ 20 deg C (68F)....1.480 (Typical) 2. Prior to test specimens must be conditioned as follows: The specimens must be subjected to a temperature of 71 deg C +/- 3 (160 deg F +/- 5) under a vacuum to a maximum of one millimeter absolute pressure until a change of less than .2% between two weighings sixteen (16) hours apart is achieved. 3. These values are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 3.2 ;Ball outside diameter may be reworked to a minimum of 8.358 inches to refurbish the ball surface to meet drawing requirements and represents a relaxation below the drawing dimension. All other dimensions apply.; 3.3 ;Defects in the ball stem slot are acceptable if backlash between Ball and Stem does not exceed 5 degrees and defects do not exceed 0.050"" in depth or cover more than 40% of the surface.; 3.4 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.5 ;Seats are to be manufactured and must meet the drawing stack height requirement when mated with the refurbished ball.; 3.6 Dupont Teflon Coating 850G-204 and 852G-201. Use of Dupont Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;4.F; of drawing ;4384678; . 3.7 ;Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018.; 3.8 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.9 ;Spherical waivness must be verified prior to Teflon coating.; 3.10 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.11 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.12 Welding or Brazing - When welding, brazing, and allied processes are required, they must be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.13 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.14 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.14.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.14.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.15 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.16 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.16.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.17 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data shall be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below shall be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.17.1 Approval of the Contractor's qualification data shall be obtained prior to performing any welding (production or repair). 3.17.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract shall be submitted at the same time. Welding procedures and qualification data shall be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor shall state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ""WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC."" "" WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.""). Authority for the repair of Special Repairs in castings and authority for the repair of wrought or forged material material shall be obtained from the Procurement Contracting Officer. This request shall describe the defect; including size, depth, location, and a description of the proposed repair. This request for NAVSUP-WSS Contracts shall be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.17.3 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 48 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 48 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.17.4 When drawings require hard facing surface Iron content (Nickel for Monel valves) not to exceed 5%, the contractor shall verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results shall be submitted as part of the qualification data. 3.17.5 Qualification requirements for production hardfacing: The maximum qualified thickness for hardfacing shall be twice the weld deposit thickness measured in the as-welded condition that is subjected to initial NDT (Non-Destructive Testing) and any additional drawing requirements. The minimum qualified thickness is the final machined thickness at which hardness testing, NDT, macro-etch, and any additional drawing requirements are satisfactorily performed. 3.17.6 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs) shall be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution shall be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.17.7 Qualification requirements for production cladding: The maximum qualified thickness for cladding shall be twice the weld deposit thickness measured in the as-welded condition that is subjected to initial NDT and any additional drawing requirements. The minimum qualified thickness is the final machined thickness at which NDT, side bends, macro-etch testing, and any additional drawing requirements are satisfactorily performed. 3.17.8 When weld repair is required on titanium material, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification shall be submitted for review and approval. 3.17.9 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification shall be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation shall be submitted in a commercially available electronic formation, such as Adobe Acrobat PDF. 3.17.10 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.17.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and shall include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.17.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein shall be passed down to the subcontractor. 3.18 Quality System Requirements - The Contractor furnishing items under this contract/purchase order shall provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.18.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.18.2 The Contractor's quality system shall be documented and shall be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor shall, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.18.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.18.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.18.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.19 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records shall be traceable to the material inspected. 3.19.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel shall be made available for operations of such devices and for verification of their accuracy and cond...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7f109a956424479b60bbe4897a8de48/view)
 
Record
SN05607396-F 20200403/200401230145 (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  © 1994-2020, Loren Data Corp.