Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOLICITATION NOTICE

61 -- 61--CABLE ASSY LAUNCHER

Notice Date
12/15/2020 4:45:52 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010421QNA24
 
Response Due
1/8/2021 12:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Telephone: 7176053354
 
E-Mail Address
ERIC.GUIDISH@NAVY.MIL
(ERIC.GUIDISH@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N744,20|7LC|717-605-3354|eric.guidish@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10||||||||||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|335929|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1. This solicitation is being issued under Special Emergency Procurement Authority (SEPA). 2. All contractual documents (i.e. contracts, purchase orders, task orders, and modifications) related to the instant procurement are considered to be""issued"" by the Government when copies are either deposited in the mail,transmitted by facsimile, or sent by other electronic commerce methods, such as e-mail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailedherein. 3. Drawings can be viewed or downloaded at www.neco.navy.mil via the beta.sam or contract opportunities link (FBO is now closed). 4. IMPORTANT: Drawings associated with this solicitation will be made available on the new beta.SAM website, but will be restricted access, whichneeds to be approved. Once access is requested, interested vendors should e-mail the POC listed on the solicitation to inform him of the request. 5. NAVSUP WSS Mech will be considering past performance in the evaluation of offers IAW FAR 13.106. See clauses DFARs 252.213-7000 and NAVSUP WSS term WSSTERMMZ04. 6. Please note this requirement has First Article Test requirements. 7. Please note that when submitting quotes via NECO, make sure you specify any exceptions (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES ETC) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or request for changes after award may have consideration costs deducted on subsequent modifications. 8. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: Submission of your quote without a surplus certificate will null and void yourquote, thus making it unresponsive. A surplus material certificate must accompany all quotes for surplus/new surplus/new manufacture. If submitting quote via NECO, a faxed or scanned copy must be sent to the buyer. 9. If you are not the manufacturer of the material you are offering, you MUST state who the OEM is (name and cage code) and the part number you are offering and provide traceability information requested. 10. Only currently authorized or qualified listed in the NAVSEAS9320-AM-PRO-020 Listing can quote on this procurement. HOWEVER, any interested vendor that wishes to be considered as a source for future requisitions can submit a Source Approval Packet (SAR). Please contact the buyer to initiate this process. Award of a contract for a current solicitation may continue based on fleet logistics support needs. If evaluation of the source approval request cannot be processed in time to meet these needs, award will be made to a currently approved source. The source approval request will be processed for consideration against future requirements. Qualification by any method does not guarantee future contracts but does allow competition with other qualifiedsources when requirements arise. 11. Please provide your proposed delivery schedule timeline for the specific DD1423's attached to this solicitation: This solicitation/award has DD Form 1423, ""Contract Data Requirements List (CDRL)"", requirements. In order to facilitate the deliverables in a timely manner, NAVSUP has developed a proposed CDRL timeline for required reports. NAVSUP recommends that all DD Form 1423s required on this solicitation/award meet the proposed CDRL delivery schedule below. It is important to note that NOT ALL CDRLs LISTED BELOW may be required under this solicitation/award nor is this list ALL INCLUSIVE. Please reference specific DD1423's attached to solicitation/award and apply proposed timeline. PROPOSED CDRL TIMELINE FOR REQUIRED REPORTS ESPECIALLY AS IT PERTAINS TO FAT and PLT Requirements: DAC = Days after contract award Submit Quality Control Inspection/Test Plan - 30 days DAC Approval of Quality Control Inspection/Test Plan - 60 days DAC Submit First Article Test/Inspection Procedure - 90 days DAC Approval of First Article Test/Inspection Procedure - 120 days DAC Submit Certificate of Compliance - Material (Molds) - 150 days DAC Approval of Certificate of Compliance - Material (Molds) - 180 days DAC Submit Visual Dimensional Inspection Report (Molds) - 210 days DAC Approval of Visual Dimensional Inspection Report (Molds) - 240 days DAC Submit First Article Test/Inspection Report - 360 Days DAC Approval of First Article Test/Inspection Report - 390 Days DAC Submit Bulk Cable Inspection Test Report - 420 Days DAC Approval of Bulk Cable Inspection/Test Report - 450 Days DAC Submit Certificate of Conformance - 420 days DAC Approval of Bulk Certificate of Conformance - 450 days DAC Submit Certificate of Compliance for various items - 420 days DAC Approval of Certificate of Compliance - 450 days DAC Submit Bulk Cable Inspection/Test Report - 420 days DAC Approval of Bulk Cable Inspection Test Report - 450 days DAC Submit Cable Assembly Inspection/Test Report 480 days DAC Approval of Cable Assembly Inspection/Test Report 510 days DAC Submit Mercury Exclusion Certificate - 480 days DAC Approval of Mercury Exclusion Cert - 510 days DAC Final Shipment of production units - 540 days DAC NOTE: Earlier submission and approval of each item is hereby desired and authorized. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSY LAUNCHER . 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. DRAWING DATA=6292767 |53711| B|FN |D|0001 | B|49998|0009641 DRAWING DATA=6292767 |53711| B|FN |D|0002 | B|49998|0005626 DRAWING DATA=6292767 |53711| B|FN |D|0003 | B|49998|0005167 DRAWING DATA=7454380 |53711| A|VD |D|0001 | A|49998|0392364 DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ISO_9001 | | |- |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | |- |940701|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A| 2| | DOCUMENT REF DATA=ISO9001 | | |- |001215|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CABLE ASSY LAUNCHER furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 7454380-3 ; 3.1.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.1.2 ;Per the NAVSEA molding manual (S9320-AM-PRO-020/MLDG REV 2), in process step number 4-9 (PRESHIPMENT INSPECTION), the manual states: ""ensure test inspection report (DS9: appendix II-F),is properly completed and is packaged with cable assembly"".; 3.2 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.3 ;A Quality Conformance Test Plan (QCTP) shall be submitted for government approval. Approval of this plan is required prior to scheduling First Article testing. The In-Service Engineering Agent (ISEA), Naval Undersea Warfare Center Division Keyport Code 435, will witness First Article Testing (see dwg 7454380 Note 22). If First Article testing is waived, approval of the QCTP is required prior to testing the first production lot unit. The Defense Contract Management Agency will act as the ISEA's designated representative (per note 18) and will witness quality conformance testing on the first production lot unit.; 3.4 First Article Test Procedures are required and must be approved prior to any First Article Testing. 3.5 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.6 Hydrostatic Test - Hydrostatic Testing of the CABLE ASSY LAUNCHER shall be in accordance with ;Note 18 (F) on Dwg 7454380; . 3.7 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.8 Serialization - The supplier shall mark a serial number on each CABLE ASSY LAUNCHER in accordance with ;DWG 7454380 NOTE 15; . Actual serial numbers will be assigned ;by the ISEA, NUWC Divsion, Keyport, 610 Dowell St., Keyport WA 98345, Code 435; . 3.9 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.10 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.11 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.12 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD023; in ECDS at https://register.nslc.navy.mil/ 4. QUALITY ASSURANCE 4.1 ;MIL-I-45208A IS AUTHORIZED BY NAVSUP WSS TO BE UTILIZED IN LIEU OF ISO 9001.; 4.2 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.3 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.4 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.5 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.6 First Article Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). The test procedures shall be approved prior to production. There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure previously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.7 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production. 4.8 Production Lot Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure proviously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.9 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.10 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;Note 18 of Dwg 7454380 Quality Conformance Testing of all manufactured cable assemblies.; . 4.11 Material Certification - The material composition inspection shall consist of a certification that material requirements have been met. The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. Unique Item Identification (UID) per requiremetns of MIL-STD-130N shall be procured/manufactured by vendor and affixed in approximate location shown on DWG 7454380. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. Engineering source of supply approval is Steven Sheridan. Phone contact number is 360.315.3388. Email address is steven.sheridan@navy.mil DATE OF FIRST SUBMISSION=030 DAC ;A FAT PLAN SHALL BE DEVELOPED AND SUBMITTED FOR APPROVAL/DISAPPROVAL IAW REQUIREMETNS DENOTED IN NOTE 18 OF DWG 7454380. ; DATE OF FIRST SUBMISSION=030 DAC ;A FAT PLAN SHALL BE DEVELOPED AND SUBMITTED FOR APPROVAL/DISAPPROVAL IAW REQUIREMETNS DENOTED IN NOTE 18 OF DWG 7454380. ; DATE OF FIRST SUBMISSION=030 DAC ;TEST RESULTS AND COCS SHALL BE DELIVERED TO THE ISEA VIA ADDRESS IN NOTE 3 OR VIA ALTERNATE METHOD AS SPECIFIED BY ISEA. REQUIREMETNS DENOTED IN NOTE 18 OF DWG 7454380. ; DATE OF FIRST SUBMISSION=030 DAC Submit before material delivery a Certificate of Compliance per DI-MISC-81356 to Block 14 addresses. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National Stock Number and Item Nomenclature specified in the schedule of Supply/Services. ;MOLD, FABRICATE, AND INSPECT PER NAVSEA S9320-AM-PRO-020/MLDG. IAW NOTE 9 DWG 7454380.; DATE OF FIRST SUBMISSION=030 DAC ;MOLD BOOT DIMENSIONS ARE SHOWN IN NOTE 18 DWG 7454380.; DATE OF FIRST SUBMISSION=030 DAC ;VENDOR SHALL DEVELOP A 100% PRODUCTION LOT QUALITY CONFORMANCE TESTING PLAN AND SUBMIT FOR APPROVAL/DISAPPROVAL IN ACCORDANCE WITH NOTE 18 OF 7454380 AND NAVSEA S9320-AM-PRO-020/MLDG.; ;QUALITY CONFORMANCE TESTING PLAN SHALL INCLUDE ALL ELEMENTS OF NOTE 18, A THROUGH G.; DATE OF FIRST SUBMISSION=030 DAC ;CERTIFICATE OF CONFORMANCE IS IN ADDITION TO QUALITY CONFORMANCE TEST RESULTS. CERTIFICATE OF CONFORMANCE SHALL SPECIFY CABLE ASSEMBLIES MEETS OR EXCEEDS ALL REQUIREMENTS OF VICD AND PASSES ALL QUALITY TESTS. CERTIFICATES OF CONFORMANCE SHALL PROVIDED FOR EACH MANUFACTURED CABLE AND DELIVERED TO THE ISEA.; DATE OF FIRST SUBMISSION=030 DAC ;VENDOR SHALL CONDUCT QUALITY CONFORMANCE TESTING TO VERIFY COMPLETED CABLE ASSEMBLY MEETS OR EXCEEDS REQUIREMENTS OF VICD 7454380 AND NAVSEA S9320-AM-PRO-020/MLDG.; TWO (2) COPIES OF THE QUALITY CONFORMANCE TEST RESULTS ARE REQUIRED PER UNIT DELIVERED TO THE GOVERNMENT. ONE WILL ACCOMPANY THE ASSEMBLY AND THE OTHER SHALL BE FORWARDED TO THE ISEA, NUWC KEYPORT. CONTRACTS WITH MULITIPLE ORDERS UPON REQUEST AND APPROVAL OF THE PCO BATCH THE TEST RESULTS FROM A SINGLE PRODUCTION RUN AND SUBMIT A CONSOLIDATED REPORT TO THE ISEA. REPORTS SHIPPED WITH UNITS SHALL BE INSIDE THE PACKAGING. DATE OF FIRST SUBMISSION=030 DAC ;Contractor shall notify contracting office of final shipment of production units. ;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/defcb57971df4176a97b5087316c93ad/view)
 
Record
SN05874580-F 20201217/201215230143 (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.