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

53 -- 53--CAPSCREW FASTENERS

Notice Date
5/6/2020 1:43:23 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
N0010418QNB35
 
Response Due
1/31/2020 12:00:00 AM
 
Archive Date
02/15/2020
 
Point of Contact
Telephone: 7176052227
 
E-Mail Address
DANIELLE.RHONE@NAVY.MIL
(DANIELLE.RHONE@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N744.26|WWU|717-605-2227|danielle.rhone@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|see specifications section c and section e| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION (JUN 2002)|8|x||x|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)|16|receiving report and invoice combo|source inspection.source acceptance|tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year|365 days after the last delivery under this contrat||||| 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 (JAN 2018)|11|332722|500|||||||||| 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) SPS Technologies LLC (POC Danny Coppolella) email dated 14November 2019 1. Reference (a) requests clarification on why SPS part number 96717-260 is not called out in the subject solicitation.In response, SPS part number 96717-260 may be used as a reference only, and allmaterial delivered must conform to the drawings, specifications, and revision levelscited in the subject solicitation. 2. Reference (a) requests clarification on self-locking element requirement.Specifically, if the requirement is to have a drill hole in the head or a pellet in thethreads.In response, self-locking element is a pellet in the threads in accordance with NAVSEAdrawing 7384947 part number 273. 3. Reference (a) requests clarification on why SPS testing procedure MPP-I-005Revision 12 is not called out in section 3.3 of the subject solicitation. In response, testing procedure SPS MPP-I-005 may be used as a reference only, and allmaterial delivered must conform to the drawings, specifications, and revision levelscited in the subject solicitation. The metallographic test section in paragraph 3.3 is updated as follows: Test - Metallographic Item - Screw, Cap, SLFLKG Performance - Provide photographs of each longitudinal metallographic etched headcross section evaluated at the final hot forging operation. Acceptance - Cross sections shall show no evidence of any internal imperfections suchas cracks or porosity. Flow lines at the fillet radius (i.e. within the region bounded bythe points of tangency with the shank and with the bearing surface) will exhibitcontinuous flow in the as-forged head but may be compressed. Grain flow linesterminating in the head-to-shank fillet radius or onto the shank surface in the as-forgedparts is not acceptable. 4. The soliciation due date has also been extended. TDP HAS BEEN UPDATED. The solicitation closing date has been extended. The quantity is hereby increased on this requirement. This requirement is for quantity 100 and quantity 120, for a total amount of 222. Please quote the total quantity of 222. \ THIS IS AN URGENT CASREP DSS-SOC REQUIREMENT. The solicitation closing date has been extended. The new buyer/POC is Danielle Rhone. Quotes may be submitted via NECO or by email to danielle.rhone@navy.mil. Clauses have been updated as seen elsewhere in this amendment. 1. DD1423 DATA ITEM A001 MAY BE WAIVED IF ALREADY ON FILE AT NAVSUP-WSSMECHANICSBURG. 2. NAVSUP-WSS MECHANICSBURG WILL BE CONSIDERING PAST PERFORMANCE IN THE EVALUATION OF OFFERS. SEE CLAUSES NAVSUPWSSMA09 AND NAVSUPWSSMA06. 3. DRAWINGS CAN BE ACCESSED THRU: WWW.NECO.NAVY.MIL 4.SUBMISSION OF ALL CERTIFICATION DD1423 DATA CDRLs WILL BE ON OR BEFORE 20DAYS PRIOR TO DELIVERY PNSY REVIEW/ACCEPTANCE OF CERTIFICATION CDRLs 6 WORKING DAYS AFTER RECEIPT OFCERTIFICATION DD1423 DATA CDRLs FINAL DELIVERY OF MATERIAL WILL BE ON OR BEFORE 186 DAYS AFTER EFFECTIVE DATEOF CONTRACT. 5. CONSISTENT WITH FAR 52.216-18, ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS, AND MODIFICATIONS) RELATED TO THEINSTANT PROCUREMENT ARE CONSIDERED TO BE ""ISSUED"" BY THE GOVERNMENT WHEN COPIESARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENTS ACCEPTANCE OF THE CONTRACTORS PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(A); applies to this material. 1.1.2 This ;Screw, Cap SLFLKG; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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. 2.2.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 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. DRAWING DATA=7384947 |53711| B| |D|0000.A | A|49998|0029991 DRAWING DATA=7384947 |53711| B| |D|0001 | B|49998|0048647 DRAWING DATA=7384947 |53711| B| |D|0002.1 | A|49998|0061948 DRAWING DATA=7384947 |53711| B| |D|0002.2 | A|49998|0041249 DRAWING DATA=7384947 |53711| B| |D|0003 | A|49998|0012626 DRAWING DATA=7384947 |53711| B| |D|0004 | A|49998|0010867 DRAWING DATA=7384947 |53711| B| |D|0005 | A|49998|0027813 DRAWING DATA=7384947 |53711| B| |D|0006.1 | A|49998|0058475 DRAWING DATA=7384947 |53711| B| |D|0006.2 | A|49998|0054664 DRAWING DATA=7384947 |53711| B| |D|0006.3 | A|49998|0056923 DRAWING DATA=7384947 |53711| B| |D|0006.4 | A|49998|0014272 DRAWING DATA=7384947 |53711| B| |D|0006.5 | A|49998|0036047 DRAWING DATA=7384947 |53711| B| |D|0007.1 | A|49998|0037748 DRAWING DATA=7384947 |53711| B| |D|0007.10 | A|49998|0038521 DRAWING DATA=7384947 |53711| B| |D|0007.11 | A|49998|0040486 DRAWING DATA=7384947 |53711| B| |D|0007.12 | A|49998|0038870 DRAWING DATA=7384947 |53711| B| |D|0007.13 | A|49998|0041906 DRAWING DATA=7384947 |53711| B| |D|0007.14 | A|49998|0040120 DRAWING DATA=7384947 |53711| B| |D|0007.15 | A|49998|0041720 DRAWING DATA=7384947 |53711| B| |D|0007.16 | A|49998|0042991 DRAWING DATA=7384947 |53711| B| |D|0007.17 | A|49998|0041511 DRAWING DATA=7384947 |53711| B| |D|0007.18 | A|49998|0043886 DRAWING DATA=7384947 |53711| B| |D|0007.19 | A|49998|0044913 DRAWING DATA=7384947 |53711| B| |D|0007.2 | A|49998|0037576 DRAWING DATA=7384947 |53711| B| |D|0007.20 | A|49998|0044414 DRAWING DATA=7384947 |53711| B| |D|0007.21 | A|49998|0042976 DRAWING DATA=7384947 |53711| B| |D|0007.22 | A|49998|0042704 DRAWING DATA=7384947 |53711| B| |D|0007.23 | A|49998|0043661 DRAWING DATA=7384947 |53711| B| |D|0007.24 | A|49998|0043119 DRAWING DATA=7384947 |53711| B| |D|0007.25 | A|49998|0045668 DRAWING DATA=7384947 |53711| B| |D|0007.26 | A|49998|0045429 DRAWING DATA=7384947 |53711| B| |D|0007.27 | A|49998|0049432 DRAWING DATA=7384947 |53711| B| |D|0007.28 | A|49998|0044368 DRAWING DATA=7384947 |53711| B| |D|0007.29 | A|49998|0021762 DRAWING DATA=7384947 |53711| B| |D|0007.3 | A|49998|0036486 DRAWING DATA=7384947 |53711| B| |D|0007.4 | A|49998|0037002 DRAWING DATA=7384947 |53711| B| |D|0007.5 | A|49998|0040051 DRAWING DATA=7384947 |53711| B| |D|0007.6 | A|49998|0044871 DRAWING DATA=7384947 |53711| B| |D|0007.7 | A|49998|0038504 DRAWING DATA=7384947 |53711| B| |D|0007.8 | A|49998|0043005 DRAWING DATA=7384947 |53711| B| |D|0007.9 | A|49998|0040782 DRAWING DATA=7384947 |53711| B| |D|0008.1 | A|49998|0046638 DRAWING DATA=7384947 |53711| B| |D|0008.10 | A|49998|0057761 DRAWING DATA=7384947 |53711| B| |D|0008.11 | A|49998|0063588 DRAWING DATA=7384947 |53711| B| |D|0008.12 | A|49998|0060788 DRAWING DATA=7384947 |53711| B| |D|0008.13 | A|49998|0058753 DRAWING DATA=7384947 |53711| B| |D|0008.14 | A|49998|0063954 DRAWING DATA=7384947 |53711| B| |D|0008.15 | A|49998|0060892 DRAWING DATA=7384947 |53711| B| |D|0008.16 | A|49998|0059136 DRAWING DATA=7384947 |53711| B| |D|0008.17 | A|49998|0061228 DRAWING DATA=7384947 |53711| B| |D|0008.18 | A|49998|0065765 DRAWING DATA=7384947 |53711| B| |D|0008.19 | A|49998|0058623 DRAWING DATA=7384947 |53711| B| |D|0008.2 | A|49998|0047805 DRAWING DATA=7384947 |53711| B| |D|0008.20 | A|49998|0062328 DRAWING DATA=7384947 |53711| B| |D|0008.21 | A|49998|0058270 DRAWING DATA=7384947 |53711| B| |D|0008.22 | A|49998|0059445 DRAWING DATA=7384947 |53711| B| |D|0008.23 | A|49998|0060605 DRAWING DATA=7384947 |53711| B| |D|0008.24 | A|49998|0056689 DRAWING DATA=7384947 |53711| B| |D|0008.25 | A|49998|0018077 DRAWING DATA=7384947 |53711| B| |D|0008.26 | A|49998|0049843 DRAWING DATA=7384947 |53711| B| |D|0008.27 | A|49998|0052878 DRAWING DATA=7384947 |53711| B| |D|0008.28 | A|49998|0047671 DRAWING DATA=7384947 |53711| B| |D|0008.3 | A|49998|0048825 DRAWING DATA=7384947 |53711| B| |D|0008.4 | A|49998|0047664 DRAWING DATA=7384947 |53711| B| |D|0008.5 | A|49998|0048904 DRAWING DATA=7384947 |53711| B| |D|0008.6 | A|49998|0047578 DRAWING DATA=7384947 |53711| B| |D|0008.7 | A|49998|0047918 DRAWING DATA=7384947 |53711| B| |D|0008.8 | A|49998|0055819 DRAWING DATA=7384947 |53711| B| |D|0008.9 | A|49998|0062026 DRAWING DATA=7384947 |53711| B| |D|0009 | A|49998|0095964 DRAWING DATA=7384947 |53711| B| |D|0010 | A|49998|0091137 DRAWING DATA=7384947 |53711| B| |D|0011 | A|49998|0068403 DRAWING DATA=7384947 |53711| B| |D|0012 | A|49998|0142161 DRAWING DATA=7384947 |53711| B| |D|0013 | A|49998|0143874 DRAWING DATA=7384947 |53711| B| |D|0014 | A|49998|0138571 DRAWING DATA=7384947 |53711| B| |D|0015 | A|49998|0110741 DRAWING DATA=7384947 |53711| B| |D|0016 | A|49998|0182107 DRAWING DATA=7384947 |53711| B| |D|0016.1 | A|49998|0131889 DRAWING DATA=7384947 |53711| B| |D|0017 | A|49998|0175868 DRAWING DATA=7384947 |53711| B| |D|0018 | A|49998|0229091 DRAWING DATA=7384947 |53711| B| |D|0019 | A|49998|0143547 DRAWING DATA=7384947 |53711| B| |D|0020 | A|49998|0120333 DRAWING DATA=7384947 |53711| B| |D|0021 | A|49998|0149562 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-F606 | | | |160901|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=SAE AMS 5920 | | |A |130201|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |161123|A| |03| 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-DTL-1222, except as amplified or modified herein. MIL-DTL-1222 ordering data information is provided below. (a) Studs, bolts, hex cap screws, socket head cap screws, and nuts; MIL-DTL-1222. (b) Part Number - ;N/A; Configuration - ;SCREW; Type - ;II; Style - ;N/A; Grade - ;AMS-5920; Condition - ;Solution Annealed, Cold Drawn, Aged; Size - ;2.000""; Length - ;5.500""; Thread Series - ;8 UN; Class of Fit - ;3A; End Configuration - ;Chamfered; (c) Issue of DoDISS is specified elsewhere in the Contract/Purchase Order. (d) Heat Treatment must be performed in accordance with applicable specifications. (e) Type of Coating - ;N/A; (f) Aluminum alloy fasteners must be coated in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (g) Externally threaded titanium alloy fasteners must be anodized in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (h) Cut or ground threads are ;are not permitted.; permitted. (i) See ordering data item (b) above as applicable. (j) Bearing Surfaces - ;N/A; (k) Self-Locking element - ;Self-locking element must be in accordance with NAVSEA drawing 7384947 part number 273; (l) Marking must be as specified in paragraph 3.13 of MIL-DTL-1222. (m) Chemical, Mechanical, and Non-Destructive test results must be as specified elsewhere in this Contract/Purchase Order. (n) Resubmittal of fastener lots that failed an examination is not allowed unless specifically approved by the PCO. (o) Retesting of mechanical properties is not allowed unless specifically approved by the PCO. (p) Rework and resubmittal of lots must be in accordance with MIL-DTL-1222. (q) Inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (r) Acceptance criteria for inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified in this Contract/Purchase Order. (S) Non-Destructive Testing must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (t) Mechanical testing must be performed after final heat treatment, unless otherwise specified elsewhere in this Contract/Purchase Order. (u) Preservation, packaging, and packing requirements must be as specified elsewhere in the contract/purchase order. (v) - (bb) Substituting material grades is not allowed unless specifically approved by the PCO. 3.2 ;The cap screw must be in accordance with MIL-DTL-1222 modified to the requirements of NAVSEA drawing 7384947 part number 260. Part number 273 must be installed in accordance with drawing view 20-5F. Mechanical properties, dimensions, fabrication and testing must be in accordance with drawing 7384947 notes 7013 and 7014. MP98T must be procured from Timken Latrobe Steel, Latrobe, PA. This material is required to be procured from SPS Technologies, Jenkintown PA, with Timken Latrobe Steel, Latrobe PA, as the MP98T material supplier. Alternate vendors require NAVSEA approval.; 3.2.1 ;General Note 7013, paragraph (3) on drawing 7384947 does not apply.; 3.2.2 ;Engineering Reports ERG541-0805A3, ERG541-0805A10, ERG541-0805A35 & ERG541-0805A38 are not required.; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Screw, Cap, SLFLKG; Performance - ;T9074-AS-GIB-010/271; Sampling must be 100%; Acceptance - ;MIL-DTL-1222 as modified by note 7013 of NAVSEA drawing 7384947; Test - ;Mechanical Properties; Item - ;Screw, Cap, SLFLKG; Performance - ;MIL-DTL-1222 as modified by note 7013 of NAVSEA drawing 7384947; Acceptance - ;MIL-DTL-1222 as modified by note 7013 of NAVSEA drawing 7384947; Test - ;Metallographic; Item - ;Screw, Cap, SLFLKG; Performance - ;Provide photographs of each longitudinal metallographic etched head cross section evaluated at the final hot forging operation.; Acceptance - ;erminating in the head-to-shank fillet radius or onto the shank surface in the as-forged parts is not acceptable.the fillet radius (i.e. within the region bounded by the points of tangency with the shank and with the bearing surface) will exhibit continuous flow in the as-forged head but may be compressed. Grain; 3.4 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. 3.4.1 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. 3.4.2 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/ 3.4.3 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. 3.5 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. 3.6 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.7 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. 3.8 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. 3.8.1 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. 3.8.2 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. 3.8.3 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. 3.8.4 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. 3.8.5 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. 3.9 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. 3.9.1 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. 3.9.2 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. 3.10 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."" 3.10.1 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. 3.10.2 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. 3.10.3 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. 3.10.4 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. 3.10.5 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. 3.11 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: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 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. 3.11.8 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. 3.11.9 Material returned to the contractor shall be handled as GFM. 3.12 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. 3.12.1 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. 3.13 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 component. 3.14 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.14.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required ;in accordance with drawing 7384947 note 7013; . Test reports shall be traceable to traceability marking on the material. Material certification test reports shall include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.14.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material shall be uniquely re-identified. The properties thus determined and documented, are required for final certification and shall conform to the material specification or the con...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/32e40c3477674fd0a7ed14b59d7950e4/view)
 
Record
SN05647331-F 20200508/200506230157 (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.