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

53 -- 53--SEAT,ACCESS COVER

Notice Date
4/1/2020 7:50:23 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
N0010420QFB41
 
Response Due
4/6/2020 8:59:59 PM
 
Archive Date
04/21/2020
 
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 specification section C | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| 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||| 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|332510|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.Consistent with FAR 52.216-18, ""All contractual documents (i.e. contracts,purchase orders, task orders, delivery orders and modifications) related to the 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 acceptanceof the contractor's proposal constitutes bilateral agreement to ""issue""contractual documents as detailed herein. 3. NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clauses DFARS 252.213-7000 and WSSTERMMZ01. 4. Some of the drawings for this requirement are NOFORN. Available drawings and additional documents can be accessed through beta.SAM.gov. 5. Submission of ALL DD form 1423 certification data (CDRLs) will be on or before 20 days prior to delivery. PNSY review/acceptance of CDRLs shall be 6working days after receipt of CDRLs. Final delivery of material will be on or before 210 days after the effective date of the contract. 6. 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 NuclearPowered Ships, including the associated shipboard and shore-based nuclearsupport facilities. Appropriate safeguards must be proposed by the contractor, and approved by theContracting 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 ensure that only governmental and contractor parties, including subcontractors that have an established need-to-know, have access in order to perform workunder this contract, and then only under conditions which assure that the information is properly protected. Access by foreign nationals or immigrantaliens 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 States citizens representing a foreign government, foreign private interests or otherforeign nationals, are considered to be foreign nationals for industrialsecurity 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 orjudicial tribunal, shall be brought to the attention of the Contracting Officer for Security. The Contracting Officer for Security shall be immediately notified of any litigation, 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 maybe 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 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=5959311 |53711| C| |D|0001 | C|00026|0000000 DRAWING DATA=7016077 |53711| B| |D|0001 | B|49998|0175546 DRAWING DATA=7016077 |53711| B| |D|0002 | B|49998|0144180 DRAWING DATA=7016077 |53711| B| |D|0003 | B|49998|0157797 DRAWING DATA=7016077 |53711| B| |D|0004 | B|49998|0219730 DRAWING DATA=7016077 |53711| B| |D|0005 | B|49998|0175065 DRAWING DATA=7016077 |53711| B| |D|0005.1 | B|49998|0433181 DRAWING DATA=7016077 |53711| B| |D|0006 | B|49998|0137035 DRAWING DATA=7016077 |53711| B| |D|0007 | B|49998|0114084 DRAWING DATA=7016077 |53711| B| |D|0008 | B|49998|0149567 DRAWING DATA=7016077 |53711| B| |D|0009 | B|49998|0121920 DRAWING DATA=7016077 |53711| B| |D|0010 | B|49998|0169937 DRAWING DATA=7016077 |53711| B| |D|0011 | B|49998|0102221 DRAWING DATA=7016077 |53711| B| |D|0012 | B|49998|0076363 DRAWING DATA=7016077 |53711| B| |D|0013 | B|49998|0130062 DRAWING DATA=7016077 |53711| B| |D|0013.1 | B|49998|0055906 DRAWING DATA=7016077 |53711| B| |D|0014 | B|49998|0110930 DRAWING DATA=7016077 |53711| B| |D|0015 | B|49998|0157569 DRAWING DATA=7016077 |53711| B| |D|0016 | B|49998|0096892 DRAWING DATA=7016077 |53711| B| |D|0017 | B|49998|0105348 DRAWING DATA=7016077 |53711| B| |D|0018 | B|49998|0079948 DRAWING DATA=7016077 |53711| B| |D|0019 | B|49998|0106131 DRAWING DATA=7016077 |53711| B| |D|0020 | B|49998|0071311 DRAWING DATA=7016077 |53711| B| |D|0021 | B|49998|0091132 DRAWING DATA=7016077 |53711| B| |D|0022 | B|49998|0070819 DRAWING DATA=7016077 |53711| B| |D|0023 | B|49998|0110036 DRAWING DATA=7016077 |53711| B| |D|0024 | B|49998|0103251 DRAWING DATA=7016077 |53711| B| |D|0025 | B|49998|0124278 DRAWING DATA=7016077 |53711| B| |D|0026 | B|49998|0100543 DRAWING DATA=7016077 |53711| B| |D|0027 | B|49998|0139517 DRAWING DATA=7016077 |53711| B| |D|0028 | B|49998|0133775 DRAWING DATA=7016077 |53711| B| |D|0029 | B|49998|0092742 DRAWING DATA=7016077 |53711| B| |D|0030 | B|49998|0077445 DRAWING DATA=7016077 |53711| B| |D|0031 | B|49998|0094077 DRAWING DATA=7016077 |53711| B| |D|0032 | B|49998|0067914 DRAWING DATA=7016077 |53711| B| |D|0033 | B|49998|0094440 DRAWING DATA=7016077 |53711| B| |D|0034 | B|49998|0088128 DRAWING DATA=7016077 |53711| B| |D|0035 | B|49998|0078641 DRAWING DATA=7016077 |53711| B| |D|0036 | B|49998|0075186 DRAWING DATA=7016077 |53711| B| |D|0037 | B|49998|0071460 DRAWING DATA=7016077 |53711| B| |D|0038 | B|49998|0068639 DRAWING DATA=7016077 |53711| B| |D|0039 | B|49998|0078106 DRAWING DATA=7016077 |53711| B| |D|0040 | B|49998|0069474 DRAWING DATA=7016077 |53711| B| |D|0041 | B|49998|0077366 DRAWING DATA=7016077 |53711| B| |D|0042 | B|49998|0082080 DRAWING DATA=7016077 |53711| B| |D|0043 | B|49998|0098311 DRAWING DATA=7016077 |53711| B| |D|0044 | B|49998|0063930 DRAWING DATA=7016077 |53711| B| |D|0045 | B|49998|0139043 DRAWING DATA=7016077 |53711| B| |D|0046 | B|49998|0195681 DRAWING DATA=7016077 |53711| B| |D|0047 | B|49998|0112401 DRAWING DATA=7016077 |53711| B| |D|0048 | B|49998|0188714 DRAWING DATA=7016077 |53711| B| |D|0049 | B|49998|0091075 DRAWING DATA=7016077 |53711| B| |D|0050 | B|49998|0108246 DRAWING DATA=7016077 |53711| B| |D|0051 | B|49998|0085364 DRAWING DATA=7016077 |53711| B| |D|0052 | B|49998|0093309 DRAWING DATA=7016077 |53711| B| |D|0053 | B|49998|0101459 DRAWING DATA=7016077 |53711| B| |D|0054 | B|49998|0081213 DRAWING DATA=7016077 |53711| B| |D|0055 | B|49998|0087062 DRAWING DATA=7016077 |53711| B| |D|0056 | B|49998|0082649 DRAWING DATA=7016077 |53711| B| |D|0057 | B|49998|0077652 DRAWING DATA=7016077 |53711| B| |D|0058 | B|49998|0067483 DRAWING DATA=7016077 |53711| B| |D|0059 | B|49998|0085396 DRAWING DATA=7016077 |53711| B| |D|0060 | B|49998|0068904 DRAWING DATA=7016077B66 |53711| B|ER |D|0001 | B|00026|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|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=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Seat, Access Cover must be in accordance with Naval Sea Systems Command drawing 7016077 and ER7016077B66, item 114, except as amplified or modified herein.; 3.1.1 Drawing ;7016077; is a woven drawing, which means that DRNs (Drawing Revision Notices) or ERs (Engineering Reports) issued against this particular revision have been incorporated into this copy. Therefore, the copy of the drawing being contractually invoked for this procurement may be different from any previously obtained copy, even though the revision may be the same. Previously obtained copies of the drawing shall not be used. 3.2 ;Dimension 1.562 Nominal shall be manufactured to 1.582 +/- 0.005 inch.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Seat, Access Cover; item 114.; 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 shall 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 shall be performed as follows: The test specimens shall 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 shall 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 shall be removed and measured. The percent change in each dimension, outside diameter, inside diameter and thickness shall 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 shall be conditioned as follows: The specimens shall 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. 3.4 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. 3.5 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor shall 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. 3.6 Configuration Control - The Contractor shall maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration shall be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations shall be designated as Critical, Major, or Minor. The Contractor shall provide a copy of this request to the QAR. Requests shall 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. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts shall be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.6.3 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 shall submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs shall be prepared in Contractor format, and shall 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. 3.7 Mercury Free - Mercury and mercury containing compounds shall 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. 3.8 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. 3.8.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners shall be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 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 3.9.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.9.2 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. 3.9.3 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. 3.9.4 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. 3.9.5 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. 3.10 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall indicate the 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. 3.10.1 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 condition. 3.10.2 All documents and reference data applicable to this contract shall be available for review by the Government representative. Copies of documents required for Government inspection purposes shall be furnished in accordance with the instructions provided by the Government representative. 3.11 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents shall be annotated with the following statement: ""A Government inspection is required prior to shipment from your plant. 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 Command (DCMC) Office. In the event that a local Government representative or DCMC Office cannot be located, our purchasing agent should be notified immediately."" 3.11.1 The prime contractor's program shall include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.11.2 Each sub-tier supplier of material or services for items in Section 3 of this contract shall be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.11.3 The prime contractor shall ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product shall be dependent upon the effect of the purchased product on the end item represented by this contract. 3.11.4 The prime contractor shall evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation shall be established. Records of this effort shall be available for review by the government. 3.11.5 The prime contractor's supplier quality assurance program shall provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.12 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor shall develop documented control procedures that require at least the following: 3.12.1 Visual examination upon receipt to detect damage during transit. 3.12.2 Inspection for completeness and proper type. 3.12.3 Verification of material quality received. 3.12.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.12.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.12.6 Identification and protection from improper use or disposition. 3.12.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier shall determine and record probable cause and necessity for withholding the material from use. 3.12.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property shall be maintained. 3.12.9 Material returned to the contractor shall be handled as GFM. 3.13 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.13.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. The Contractor shall develop written procedures that implement the material control requirements stated herein, and elsewhere in this contract/purchase order. 3.14 Material Traceability - The certification data report shall be identified through a unique traceability number, heat-lot number, or batch of non-metallic material, which shall also be marked on the material. This traceability marking on the material shall provide direct traceability to the material's chemical composition and mechanical properties certification data. Traceability shall be maintained through all process operations including any subcontracted operations, to the finished component. 3.14.1 Material Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which shall only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool shall be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. When permanent marking is required, it shall be legible and shall be located so as to not affect the form, fit, and function of the material. ;Seats are to be marked on the outer cylindrical surface.; Seat marking requirements shall maintain complete traceability to certification OQE. Seat marking shall be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and shall be unique to the material certification. 3.15 See CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certification - The Contractor shall furnish the applicable test reports for each heat/lot/batch of seat material. Material certification test reports shall include, in addition to the specification, the class, form, grade, type, process, and/or composition, as applicable, of the material supplied. 3.16 Material Handling - The written material control process shall include the following: 3.16.1 All raw materials shall have traceability markings (except as specified below). 3.16.2 Stored raw materials requiring traceability shall be segregated to preclude intermingling with materials not requiring traceability. 3.16.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking shall be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of batches or loss of traceability. The traceability marking shall be reapplied upon completion of the final manufacturing process. 3.16.4 Purchase orders for raw material shall specify that the material be traceable to material certification test reports by traceability codes that are marked on the material and identified on the test reports. The certification d...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/59f7b7a6afe04b7583f1fe8625f79525/view)
 
Record
SN05607414-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.