Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
MODIFICATION

30 -- 30--ACTUATOR,ROTARY,PNE

Notice Date
5/6/2020 2:33:56 PM
 
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
N0010419QFB48
 
Response Due
5/4/2020 12:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Telephone: 7176054608
 
E-Mail Address
MICHAEL.THOMAN1@NAVY.MIL
(MICHAEL.THOMAN1@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 sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |Inspection at Destination and Acceptance at Other - Certifications Inspection at Source and Acceptance at Source - Ma terial |TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N/A|SEE DD1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015)|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 (OCT 2018)|12|333612|750||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| Reference: (a) Moog Inc. Quote #Q11449 dated 24 January 2019 1. Reference (a) requests to conduct production testing with water in lieu of air where required. In response, the request to conduct pressure testing using water in lieu of airis approved. Pressure testing is to be completed in accordance with Note 2 on FLO-TORK Inc. drawing 600-28405. The rotary actuator assembly must not be operated or operationally tested with water in accordance of Note 15 of FLO-TORK Inc. drawing 600-28405. 2 . Reference (a) requests to mount the CID Tag to the unit next to Information Plate (IT 16). In response, it is acceptable to mount the CID Tag next to Information Plate (Item 16). The CID Tag must be in accordance with marking and name plate/identification plate requirements, including Paragraph 3.7 ComponentIdentification Description, of the subject solicitation. 3. Reference (a) requests to use material specifications in effect as of the date of the submitted quotation or older as being acceptable. In response, the vendor shall use the material specification revisions invoked in the subject solicitation including those listed in CSD155 as noted in paragraph 2.3. If the vendor desires to use a material specification revision not invoked by the solicitation, or resulting contract, then a waiver shall be submitted to NAVSUP WSS for evaluation. Blanket approval to use any revision of a contractually invoked specification is disapproved for the subject solicitation. 4. Reference (a) states the subject submitted quote is based on drawing 600-28405 Rev. D, Assy A as shown in view ""C-C"". In response, the rotary actuator supplied under the subject solicitation shall be in accordance with Assy ""A"" as identified on FLO-TORK Inc. drawing 600-28405 Revision D. 5. Reference (a) states Moog will torque Item 6 (Bolt) on drawing 600-28405 Rev. D to 35 ft. lbs. This requirement is called out on the ""Torque Chart"" of drawing 600-41620 Rev B IT 17. In response, it is acceptable to use a torque value of 35 ft-lbs for Item 6 (Bolt (Port Head)) on drawing 600-28405 Rev. D. 6. Reference (a) states Moog will torque Item 11 (Bolt) on drawing 600-28405 Rev. D to 18 ft. lbs. This requirement is called out on the ""Torque Chart"" of drawing 600-41620 Rev B IT 18. In response, it is acceptable to use a torque value of 18 ft-lbs for Item 11 (Bolt) on drawing 600-28405 Rev. D. The quantity is increased from 2 to 4. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSSMechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either depositedin the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateralagreement to ""issue"" contractual documents as detailed here in. 4.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt (250 actual days to manufacture part) Final delivery of material (280 days) \ 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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;600-28405 07270 D B; DOCUMENT REF DATA=FED-STD-H28 | | |A |941228|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |121001|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-18240 | | |F |000313|A| 1| | DOCUMENT REF DATA=QPL 18240 | | |QPD|170619|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|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 3.1 ;Complete rotary actuator to be in accordance with FLO-TORK, Inc. drawing 600-28405, model MA-600B, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, item 1, end cap, item 7 and port head, item 12; Material - ;ASTM-B150, Alloy C63000 or Alloy C64200; Part - ;Bolt, item 6; Material - ;Steel, grade 5 in accordance with MIL-DTL-1222, type 1. Nylon locking element to be in accordance with MIL-DTL-18240. CAD PLATING to be in accordance with note 13 on drawing); Part - ;Plug, item 14; Material - ;SAE-AMS-QQ-S-763, class 304 condition A; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;plug, item 14; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Test - ;Liquid Penetrant Inspection; Item - ;bolt, item 6; Performance - T9074-AS-GIB-010/271; Sampling shall be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - Pressure Tests Item - Each Assembly Performance - ;Note 2 on drawing 600-28405; Acceptance - ;Note 2 on drawing 600-28405; 3.4 Thread Inspection Requirements - All threads on threaded parts shall be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.4.1 System 21 of FED-STD-H28/20 shall be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 shall be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 Hydrogen Embrittlement Relief - Plated/coated fasteners and fasteners per paragraph 3.7 of MIL-DTL-1222 require hydrogen embrittlement relief heat treatment in accordance with ;SAE-AMS-QQ-P-416 for cadmium plated fasteners, HRC 33 and above or 150 KSI and above.; . Certification is required. 3.6 Internal Threads - All internal threads shall be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID T616377043; ) shall be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type ""C"" on brass or Type ""H"" on aluminum shall be securely attached to each assembly showing the above CID number. No assembly shall be shipped without the CID number attached. 3.8 Welding or Brazing - When welding, brazing, and allied processes are required, they shall 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. 3.9 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. 3.9.1 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. 3.10 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. 3.11 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. 3.11.1 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. 3.11.2 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/ 3.11.3 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. 3.12 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.13 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested shall be furnished along with a copy of the test results. Certification shall include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments shall be identified to weld joint and layer. 3.14 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. 3.14.1 Approval of the Contractor's qualification data shall be obtained prior to performing any welding (production or repair). 3.14.2 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. 3.14.3 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. 3.14.4 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. 3.14.5 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. 3.14.6 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. 3.14.7 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. 3.14.8 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. 3.14.9 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. 3.14.10 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.14.11 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. 3.14.12 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. 3.15 See DI-MISC-80678 (Hydrogen Embrittlement Relief) - for Plated/Coated Fasteners. 3.15.1 PLATED FASTENERS - A Certificate of Compliance is required for plated fasteners that includes a statement signifying minimum compliance with the plating spec. The C of C shall include times and temperatures for all baking cycles required by the plating/coating specification (pre and post process baking), and the time between plating and post process baking. 3.16 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. 3.16.1 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. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 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. 3.17.2 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. 3.18 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 Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately."" 3.18.1 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. 3.18.2 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. 3.18.3 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. 3.18.4 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. 3.18.5 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. 3.19 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: 3.19.1 Visual examination upon receipt to detect damage during transit. 3.19.2 Inspection for completeness and proper type. 3.19.3 Verification of material quality received. 3.19.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.19.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.19.6 Identification and protection from improper use or disposition. 3.19.7 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. 3.19.8 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. 3.19.9 Material returned to the contractor shall be handled as GFM. 3.20 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. 3.20.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and 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. 3.21 Material Traceability - The certification data report shall be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, 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. For material produced by batch, continuous cast, or continuous pour processes, samples shall be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability shall be maintained through all process operations including any subcontracted operations, to the finished comp...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b21807a6eca243b999f4c4aeb66b447c/view)
 
Record
SN05647189-F 20200508/200506230156 (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!  © 1994-2024, Loren Data Corp.