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--WASHER,PLAIN

Notice Date
5/6/2020 2:41:21 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
N0010418QNE77
 
Response Due
6/10/2020 12:00:00 AM
 
Archive Date
06/25/2020
 
Point of Contact
Telephone: 7176058399
 
E-Mail Address
TIANA.HAMMAKER@NAVY.MIL
(TIANA.HAMMAKER@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N744.5|WWF|7176058399|TIANA.HAMMAKER@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||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)|16|INVOICE AND RECEIVING REPORT (COMBO)|SOURCE INSPECTION/SOURCE ACCEPTANCE|TBD|N00104|TBD|TBD|N50286|TBD|||TBD|||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)|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|| SOLICITATION DUE DATE HAS BEEN EXTENDED. POC HAS BEEN UPDATED. DUE TO THE TIME LAPSE SINCE THE SOLICIATION CLOSING, SOLICIATION HAS BEEN EXTENDED TO 10 MAY 2019 TO ALLOW VENDORS TO UPDATE THEIR OFFERS. SOLICITATION DUE DATE EXTENDED TO ALLOW FOR ADDITIONAL OFFERS. 1. DD1423 DATA ITEM A001 MAY BE WAIVED IF ALREADY ON FILE AT NAVSUP-WSSMECHANICSBURG. 2. DRAWINGS CAN BE ACCESSED THRU: WWW.NECO.NAVY.MIL 3.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. 4. NOTE TO DCMA ACO: CLAUSE NAVSUPWSSGA02 IS AMENDED TO INCLUDE POST AWARD PCO RETAINING THE FOLLOWING FUNCTIONS: FAR 42.302(3),(32),(37),(38),(40),(41),(43),(45-51),(60), AND (62). 5. FAR CLAUSE 52.232-25(a), ENTITLED PROMPT PAYMENT, CONSTRUCTIVE ACCEPTANCE IS CHANGED FROM 7 DAYS TO 45 DAYS AFTER DELIVERY OF SUPPLIES IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE CONTRACT. 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 ;(C); applies to this material. 1.1.2 This ;WASHER, PLAIN; 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 shall take precedence. Nothing in this contract/purchase order, however, shall 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.3 Specification Revisions - The specification revisions listed under ""Documents References"" below are the preferred revision. Older and/or newer revisionsare acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: https://register.nslc.navy.mil/. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable whentheir revisions are listed within CSD155 or elsewhere within this TDP. This isto allow Contractors to use certain acceptable older or newer specification revisions without requiring the submittal of waiver/deviation requests for each specification revision on every contract. DRAWING DATA=8500409 |53711| B| |D|0001 | B|49998|3120061 DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |161123|A| |03| 3. REQUIREMENTS 3.1 ;This WASHER, PLAIN shall be manufactured in accordance with NAVSEA Drawing 8500409 ITEM 33-10 except as amplified or modified herein; 3.2 Off-Gassing Analysis is required in accordance with NAVSEA SS800-AG-MAN-010/P-9290A, Appendix F, paragraphs F4.2, F4.3 and F4.4. Off-Gassing Analysis is not required for every lot of stock material (plate, bar, castings, etc.) formed by the same vendor, if NAVSEA SS800-AG-MAN-010/P-9290A, Section F4.4 is satisfied. 3.2.1 Off-Gassing Analysis shall be conducted by one of the following labs: 1. ALS Life Sciences Division - Environmental Samantha Henningsen Project Manager 2655 Park Center Dr. Suite A Simi Valley, CA 93065 Phone (805) 526-7161 Fax (805) 526-7270 Email Samantha.Henningsen@alsglobal.com 2. Electric Boat Corp. Lab Services Willy Rondeau/Neil Jones STA D-60 75 Eastern Point Road Groton, CT 06340 Phone (860) 433-4978 Fax (860) 433-1345 Email wrondeau@gdeb.com 3.2.2 Each item being supplied for the off-gas test shall be odor tested prior to shipment to the off-gas test lab. Perform the odor test per the requirements specified in paragraph F.4.4.1.b of NAVSEA SS800-AG-MAN-010/P-9290A. Note: Each shipment of material to be off-gas tested shall be accompanied by paperwork identifying the following: - NSN - NAVSUP-WSS Mech - Contract Number - Serial Numbers of units in shipment 3.3 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.4 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 inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.4.1 Waivers/Deviations - Waivers and Deviations shall be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE shall be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) 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 theoperational 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 shall 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 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. 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 theproduct. 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 engineeringchange. 3.5 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 ^ 3.6 See DI-MISC-80678 (SOC OFF-GASSING ANALYSIS) - Non-Metallic Material off-gassing test reports shall, as a minimum, record the following data per NAVSEA SS800-AG-MAN-10/P9290, Appendix F: a. Testing facility name, address, and phone number. b. Date material tested. c. Lot or batch number of material. d. Material chemical name. e. Manufacturer of material. f. Sample weight. g. Sample surface area. h. Pressure and volume of test chamber. i. Temperature of test chamber. j. Total time specimen was in chamber before chemical analysis. k. Signature and date of test director. I. Test results: (1) List of constituents analyzed or identified. (2) Method of analysis used to analyze constituent (see Table F-5). (3) Allowable limit of each constituent (see Section F.6). (4) Reporting limit for each constituent (see paragraph F.5.4.c). (5) Absolute measured level of each constituent. (6) Normalized measured level of each constituent (ppnVL or ppm/gIL see paragraph F.4.2.c) (7) Evidence of odor before and after the test. (8) Curing procedure (when attempting to qualify product per Section F.4.4). The non-metallic material off-gassing test reports shall be evaluated in accordance with Section F.6. All off-gassing test reports will be retained and maintained in a manner suitable for audit. Non-metallic off-gassing test reports that are used to qualify a specific material or are being used in lieu of the testing specified in Section F.5.5 must be submitted to the Program Manager for approval and will be maintained to support DSS certification. 3.7 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. 3.8 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. 3.8.1 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. 3.8.2 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/ 3.8.3 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. 3.9 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 ^ 3.10 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. 3.10.1 Approval of the Contractor's qualification data shall be obtained prior to performing any welding (production or repair). 3.10.2 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. 3.10.3 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. 3.10.4 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. 3.10.5 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. 3.10.6 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. 3.10.7 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. 3.10.8 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. 3.10.9 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. 3.10.10 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.11 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. 3.10.12 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. 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 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."" 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material returned to the contractor shall be handled as GFM. 3.15 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. 3.15.1 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. 3.16 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. 3.16.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings shall be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.16.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8"" x 3/8"" or an area equal to 0.1406 inches square) shall be applied to a durable tag and the tag securely affixed to the material. 3.16.3 Traceability markings shall be maintained through assembly, and whenever possible shall be visible after assembly. For items where the marking is not visible after assembly, a durable tag shall be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.16.4 Marking shall be legible and shall be located so as to not affect the form, fit, and function of the material. ; ; 3.17 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: 3.17.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports shall include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.17.2 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 dete...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bad88c6bb65145e6a176a994666f54f2/view)
 
Record
SN05647353-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.