Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2021 SAM #7035
SOLICITATION NOTICE

95 -- 95--BAR,METAL

Notice Date
3/2/2021 12:20:25 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
N0010421QFA86
 
Response Due
3/31/2021 12:00:00 AM
 
Archive Date
04/15/2021
 
Point of Contact
Telephone: 7176052369
 
E-Mail Address
DESIREE.MEYERS@NAVY.MIL
(DESIREE.MEYERS@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.40|WVB|717-605-1842|DESIREE.MEYERS@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|INSPECTION: D ACCEPTANCE: D| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X|||X||||| VARIATION IN QUANTITY (APR 1984)|3|+ 10%|-10%|| TIME OF DELIVERY (JUNE 1997)|20|180 DAYS|||||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|N39040 CERTIFICATION|N50286 PORTSMOUTH|TBD|133.2||N/A|CERTIFICATION N39040|||SEE DD1423 OR SPECIFIED BY BLOACK 14A|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 YEAR FROM DATE OF SERVICE|365 DAYS AFTER ACCEPTANCE OF MATERIAL||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|331491|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1. DD1423 Data Item A001 (inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. All contractual documents (i.e contracts purchase orders, task orders deliery orders and modifications) related ot the instant procurement are considered to be "" issued"" by the Government when copies are either deposited in the mail. The Government acceptance of the contractor's proposal constitutes bilateral afreement to ""issue' contractual documents as detailed herer in. 3 The following roposed delviery schedule applies: Submsisso off all certification data CDRLS 20 days prior to deliveryPNSY reiew/acceptance of certification CDRL's 6 working days after receiptPNSY review/acceptance pf certofocatopm CDRls 6 working days after recipt Final delivery of material (180 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3 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. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B666 | | | |010410|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|A| |01| DOCUMENT REF DATA=SAE AMS 2806 | | |C |080301|A| | | DOCUMENT REF DATA=SAE AMS 2807 | | |A |000901|A| | | DOCUMENT REF DATA=SAE AMS 2809 | | |A |070801|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=SAE AMS-STD-185 | | | |000901|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| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in QQ-N-286 except as amplified of modified herein. QQ-N-286 ordering data information is provided below: a. Nickel-copper-aluminum alloy, wrought (UNS N05500); QQ-N-286. b. Form - ;2; Condition - ;Annealed (hot finished or cold drawn) and Age Hardened; Surface Finish - As specified in paragraph 4.3.3.1.3 of QQ-N-286. c. Specification revision levels must be as specified elsewhere in the contract/purchase order. d. Forging sketches are not applicable. e. Size - ;4 inch, round; f. Product check analysis is not required. g. Forging rings and discs are not applicable. h. Tolerances must be as specified in QQ-N-286. i. Optional ultrasonic inspection is required. Certification is required. j. Optional liquid penetrant inspection is required on cold worked material only. k. Length - Under 5"" dia. = 8 feet min / 12 feet max (plus or minus 10%) 5"" dia & over = 5 feet min / 12 feet max (plus or minus 10%) OR as specified elsewhere in the contract/purchase order. l. Paragraph 3.9.1.3.1 of QQ-N-286 applies unless otherwise specified. m. Edges must be as specified in paragraph 3.9.1.4 of QQ-N-286. n. Forging dimensions are not applicable. o. Marking must be as specified elsewhere in the contract/purchase order. p. All unaged barstock must be supplied in the annealed condition and be subjected to a capability test. q. Age hardening must be performed in accordance with paragraph 4.3.2.2.1, unless otherwise specified. r. The final heat treatment procedure must be in accordance with QQ-N-286, unless otherwise specified. s. The slow strain rate tensile test must be conducted by one of the laboratories identified below. t. Level of preservation, packaging, and packing must be as specified elsewhere in the contract/purchase order. 3.2 Bar, Pipe, and Tube Quantities - When this order results in supplying fewer than 5 pieces as defined in the ""Length"" paragraph above, all material shall be from a single heat of material. 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 - Ultrasonic Inspection on Starting Material Item - ;Each metal bar; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - ;Macroetch Test (Duplex Grain Structure); Item - ;Bar, metal; Performance - ;QQ-N-286; Acceptance - ;QQ-N-286; Attribute - Annealing and Age Hardening Item - ;Bar, Metal; Performance - QQ-N-286 3.4 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Frank Veltry huntington, WV 25705 Phone: (304) 526-5759 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.5 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor shall prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.6 Configuration Control - The Contractor shall maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration shall be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations shall be designated as Critical, Major, or Minor. 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. 3.6.2 Requests for Waivers/Deviations for NAVSUP-WSS Contracts shall be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.6.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor shall submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs shall be prepared in Contractor format, and shall include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of 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. 3.7 Mercury Free - Mercury and mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 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. 3.9 Quality System Requirements - The Contractor furnishing items under this contract/purchase order shall provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.9.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.9.2 The Contractor's quality system shall be documented and shall be available for review by the Contracting Officer prior to initiation of production and throughout the life of the contract. The Prime Contractor shall, upon notification, make his facilities available for audit by the Contracting Officer or his authorized representative. 3.9.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.9.4 This contract provides for the performance of Government Quality Assurance at destination. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. 3.9.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.10 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. 3.10.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel shall be made available for operations of such devices and for verification of their accuracy and condition. 3.10.2 All documents and reference data applicable to this contract shall be available for review by the Government. Copies of documents required for Government inspection purposes shall be furnished in accordance with the instructions provided by the Government. 3.11 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. 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 Prime Contractor who will notify the PCO so that appropriate planning for Government inspection can be accomplished. 3.11.1 The prime contractor's program shall include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.11.2 Each sub-tier supplier of material or services for items in Section 3 of this contract shall be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.11.3 The prime contractor shall ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product shall be dependent upon the effect of the purchased product on the end item represented by this contract. 3.11.4 The prime contractor shall evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation shall be established. Records of this effort shall be available for review by the government. 3.11.5 The prime contractor's supplier quality assurance program shall provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.12 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor shall develop documented control procedures that require at least the following: 3.12.1 Visual examination upon receipt to detect damage during transit. 3.12.2 Inspection for completeness and proper type. 3.12.3 Verification of material quality received. 3.12.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.12.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.12.6 Identification and protection from improper use or disposition. 3.12.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier shall determine and record probable cause and necessity for withholding the material from use. 3.12.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property shall be maintained. 3.12.9 Material returned to the contractor shall be handled as GFM. 3.13 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.13.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified 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 the contract/purchase order. 3.14 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. 3.15 Material Marking for Traceability and Identification - The following are the minimum marking requirements. In addition to the marking requirements on applicable specifications, marking for traceability is required. Pipe, Tube, and Metal Bar shall have both permanent marking and temporary marking applied as specified below. 3.15.1 Permanent marking - Permanent traceability marking shall be marked on each end of each pipe, tube, and metal bar. (MONEL and K-MONEL bar: 3/4 inch to 1 inch rods, and 7/8 inch hex bar may be marked on the surface near the end of bar/rod, and rod less than 3/4 inch and hex bar less than 7/8 inch may be bundled and tagged or boxed with the traceability marking on the tag or box.) All traceability marking shall be permanently applied in accordance with MIL-STD-792. An alternate marking method is permissible provided it is an available option in the contractually invoked specification, except in instances where the material has been modified by this contract/purchase order, and differs from that specified in the specification. Electric arc marking or impression marking is strictly prohibited on thin wall tubing. (wall thickness of less than 0.125 inch). 3.15.2 Temporary Marking - Temporary Marking shall consist of: Name or Trademark of Manufacturer, specification and grade (as applicable), size, contract number, and the traceability marking. Pipe and tube marking shall also include SML (for seamless). Marking shall be in accordance with the material specification and SAE-AMS-2806, SAE-AMS-2807, SAE-AMS-2809, Table I of SAE-AMS-STD-185, or ASTM-B666 as applicable. Application shall be in accordance with MIL-STD-792, type A (temporary ink stenciling). An alternate method is permissible for MONEL and K-MONEL bar provided it is an available option (temporary marking only) in the applicable material specification, except that hot finished rod with rough ground surface 3/4 inch and under may be bundled and tagged or boxed with the traceability marking on the bag or box. Contamination levels for ink stenciling shall be as outlined in paragraph 5.2 of MIL-STD-792. 3.16 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: 3.16.1 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. 3.16.2 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 contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition shall be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ______________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.16.3 Material certification data forwarded by the manufacturer shall contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.16.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as ""to the best of our knowledge"" or ""we believe the information contained herein is true"" are not acceptable. 3.16.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.17 Material Handling - The written material control process shall include the following: 3.17.1 All raw materials shall have traceability markings (except as specified below). 3.17.2 Stored raw materials requiring traceability shall be segregated to preclude intermingling with materials not requiring traceability. 3.17.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking shall be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking shall be reapplied upon completion of the final manufacturing process. 3.17.4 Purchase orders for raw material shall specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 shall be invoked by the prime contractor on all subcontractors supplying Level I material. 3.17.5 The material control process shall include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders shall specify a method and marking location for remarking. The contractor shall also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Receiving inspection - 3.18.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item shall be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.18.2 Receiving Inspection shall include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.19 Discrepancy reporting - 3.19.1 Nonconforming products from sub-tier suppliers shall be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor shall report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records shall be maintained and available for review by the government. 3.20 Final Inspection - The following inspections shall be performed prior to Government inspection and acceptance. 3.20.1 Material Sampling - Material shall be inspected for form, fit, and function. Lot acceptance shall be based on zero defects and lot rejection based on one defect. The sample size shall be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection shall be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size shall be eight units. For lot sizes of eight or less, the sample size shall be one hundredpercent of the lot. 3.20.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.20.3 All data concerning material verification (chemical, mechanical or physical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material shall be 100% inspected. The certification test reports shall also be 100% inspected for completeness and legibility. 3.20.4 All material requiring traceability shall be 100% inspected for traceability marking and that the marking is legible. 3.21 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and shall contain the following information: 1. Contractor's name, address and date. 2. The contract/purchase order number (for example: N00104-11-P-FA12) 3. The National Stock Number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (for example: 1H 4820 012345678 L1) 4. Lubricants, sealants, anti-seize, and/or thread locking compounds (""N/A"" when Not Applicable). 5. Certification that O-rings, packing, gaskets, or other elastomeric products were installed in a compressed state within an assembly or sub-assembly, prior to expiration of the shelf life (""N/A"" when Not Applicable). 6. Manufacturer's compound number (""N/A"" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. (""N/A"" when Not Applicab...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86a80419db1149bc99f03a882f6373ac/view)
 
Record
SN05931225-F 20210304/210302230110 (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.