Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
SOLICITATION NOTICE

31 -- 31--BEARING,BALL,ANNULA

Notice Date
5/7/2021 12:28:58 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
N0010421QNC13
 
Response Due
6/7/2021 12:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Telephone: 7176057751
 
E-Mail Address
STEVE.SMITHEY@NAVY.MIL
(STEVE.SMITHEY@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.8|GDN|717-605-7751|STEVE.SMITHEY@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| 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|| EQUAL OPPORTUNITY (SEP 2016)|2||| 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|332991|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION. 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 email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 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 which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. PLEASE PROVIDE THE FOLLOWING:DELIVERY LEAD TIME: __________ ARO OFFER VALID FOR ____________ DAYS. EMAIL ADDRESS FOR FOLLOW-UP COMMUNICATIONS__________________ LOCATION OF INSPECTION OF SUPPLIES: NAME/CAGE/ _______________________________ ADDRESS______________________________________________ FINAL ACCEPTANCE AND PACKAGING LOCATION IF DIFFERENT THAN OFFEROR: NAME/CAGE ___________________________________________ ADDRESS______________________________________________ 6. 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. 7. Please note this requirement has First Article Test requirements. 8. 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. 9. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: Submission of your quote without a surplus certificate will null and void your quote, 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. 10. 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. 11. THE FOLLOWING DELIVERY SCHEDULE APPLIES: CDRL ITEM Timeline Delivery A001-Submit Quality Control Inspection/Test Plan - 30 days ADC Approval of Quality Control Inspection/Test Plan - 60 days ADC A002 - Submit First Article Test/Inspection Procedure - 90 days ADC Approval of First Article Test/Inspection Procedure - 120 days ADC A004 - Submit Certificate of Compliance - Material (Molds) - 150 days ADC Approval of Certificate of Compliance - Material (Molds) - 180 days ADC A005 - Submit Visual Dimensional Inspection Report (Molds) - 210 days ADC Approval of Visual Dimensional Inspection Report (Molds) - 240 days ADC A003 - Submit First Article Test/Inspection Report - 360 Days ADC Approval of First Article Test/Inspection Report - 390 Days ADC A006 - Submit Bulk Cable Inspection Test Report - 420 Days ADC Approval of Bulk Cable Inspection/Test Report - 450 Days ADC A007 - Submit Certificate of Conformance - 420 days ADC Approval of Bulk Certificate of Conformance - 450 days ADC A008 - Submit Certificate of Compliance for various items - 420 days ADC Approval of Certificate of Compliance - 450 days ADC A009 - Submit Bulk Cable Inspection/Test Report - 420 days ADC Approval of Bulk Cable Inspection Test Report - 450 days ADC A00A - Submit Cable Assembly Inspection/Test Report 480 days ADC Approval of Cable Assembly Inspection/Test Report 510 days ADC A00B - Submit Mercury Exclusion Certificate - 480 days ADC Approval of Mercury Exclusion Cert - 510 days ADC Final Shipment of production units - 540 days ADC 12. Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)(1) By submitting a quotation or offer, the contractor agrees that, when the contractor is not the manufacturer of the item, it is confirming that it currently has or will obtain retain documented evidence (supply chain traceability documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract. (2) At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source's Commercial and Government Entity (CAGE) code, and clear identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer's batch identification for the item(s), such as date codes,lot codes, or serial numbers. (3) Examples of acceptable supply chain traceability documentation can be found at: http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/ (4) The contractor shall immediately make available documentation upon request of the contracting officer. The contracting officer determines the acceptability and sufficiency of documentation. If the contractor fails to retain or provide the documentation or the contracting officer finds the document to be unacceptable, corrective action may be taken including, but not limited to undelivered orders or rejection of delivered supplies. Offers for Part Numbered Items (SEP 2016) (a) For part numbered items, identified in the item description only by the name of an approved source (CAGE code), a part number, and a brief description. Exact product - applies to contract line-item(s) (CLIN(s)):__________ CAGE Code__________ part number____________________ Alternate product - applies to CLIN(s):___________ CAGE code __________ part number ________ Superseding part number - applies to CLIN(s): _____ CAGE code __________ part number ________ Identify reason for superseding part number: Administrative P/N change only: Yes____ No____ Minor change/No change in configuration: Yes____ No____ P Previously-approved product - applies to CLIN(s): _____ Contract or Solicitation Number: ____________________ CAGE code __________ part number ________ Correction to CAGE/Part Number - applies to CLIN(s) _____ CAGE code in error/same corporation, different division Yes ___ No___ CAGE code in error/sold to different corporation Yes ___ No___ Part number not recognized Yes ___ No__ _Obsolete part number Yes ___ No___ Other Yes ___ No___ (b) Exact product means a product described by the name of an approved source and its corresponding part number cited in the item description; and manufactured by, or under the direction of, that approved source. An offeror of an exact product must meet one of the descriptions below. (1) An approved source offering its part number cited in the item description; (2) A dealer/distributor offering the product of an approved source and part number description; (3) A manufacturer who produces the offered item under the direction of an approved source; and has authorization from that approved s source to manufacture the item, identify it as that approved source's name and part number, and sell the item directly to the Government. (4) A dealer/distributor offering the product of a manufacturer that meets the description in subparagraph (3) above. (c) Alternate product. (1) The offeror must indicate that an alternate product is being offered if the offeror is any one of the following: (i) An offeror who manufactures the item for an approved source cited in the item description, but does not have authorization from the approved source to identify it as the approved source part number, and dell the item directly to the Government; (ii) A dealer/distributor offering the product of a manufacturer that meets the description in (i) above; (iii) An offeror whose product does not meet the criteria of exact product, superseding product, or previously approved product. (2) An offer of an alternate product is an alternate offer. (d) The offeror must indicate that a superseding part number is being offered if the offered item otherwise qualifies as an exact product, except that the part number cited in the item description has been superseded due to an administrative part number change with no change in configuration of the item. (e) The offeror must indicate that a previously approved product is being offered if the product offered has previously been delivered to the Government or otherwise previously evaluated and approved. (f) Correction to CAGE/Part Number Cited in the Item DescriptionSubmitted by offeror to notify the Government if there is a CAGE code error: same corporation/different division; sold to different corporation; part number not recognized; obsolete part number; other. (g) Traceability documentation. (1) The contracting officer may request evidence of the technical acceptability of the product offered. The evidence must be submitted within 2 days, or as otherwise specified, or the offer will not be considered. (2) For offers of exact product, offerors other than the approved manufacturing source must retain e evidence and provide the traceability evidence of the identity of the item and its manufacturing source when requested by the contracting officer. (i) If offered item(s) are not in stock or not yet manufactured, a copy of an original quotation from the approved source to the offeror identifying exact item cited in item description and quantity sufficient to satisfy the solicitation requirement. (ii) If offered item(s) are shipped or in stock, a copy of invoice on approved source's letterhead; or a copy of packing slip which accompanied shipment from approved source to offeror. The invoices and packing slips must identify exact item cited in item description and a quantity sufficient to satisfy the solicitation requirement. (iii) If the offeror is an authorized dealer/distributor, or manufactures the item for an approved source, a copy of the contractual agreement with, or the express written authority of, the approved source to buy, stock, repackage, sell, or distribute the part. The agreement must specifically identify the exact item, or otherwise ensure that the offeror is authorized by the approved source to manufacture or distribute the exact item being acquired. If the agreement covers a general product line or is otherwise not product specific, the offeror must furnish additional documentation to address the exact item being acquired. (iv) Other verifiable information. (1) For superseding part number, the offeror may be requested to furnish evidence to establish that there are no changes in the configuration of the part. (2) For previously approved products, upon request of the contracting officer, the offeror must furnish the contract, solicitation, source approval request (SAR) package, or letter of approval under which the product was previously furnished or approved. (h) Alternate offer data. (1) The contracting officer may request drawings, specifications, or other data necessary to clearly describe the characteristics and features of an alternate offer. Data submitted shall cover design, materials, performance, function, interchangeability, inspection or testing criteria, and other characteristics of the offered product. The contracting officer may also request drawings and other data covering the design, materials, etc., of the exact product cited in the item description if the Agency does not possess data sufficient to evaluate the alternate product. The data must be submitted within 10 days, or as otherwise specified, or the offer will not be considered. (2) If the alternate product is a reverse-engineered product, the offeror shall provide: technical documentation to establish that the offered item represents the exact item specified in the item description (i.e. invoice from an approved source or submission of samples having markings of an approved source); number of samples that were examined; the process/logic used; raw data (measurements, lab reports, test results) used to prepare drawings or specifications for the offered item; any additional evidence that indicates the reverse-engineered item will function properly in the end item; and any evidence that life cycle/reliability considerations have been analyzed. PRO20 VENDOR REMARKS: Only currently authorized or qualified listed in the NAVSEA S9320-AM-PRO-020 Listing can quote on this procurement. HOWEVER, any interested vendor that wishes to be considered as an source for future requisitions can submit a Source Approval Packet (SAR). Please contact the buyer to initiate this process. NOTE: 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 qualified sources when requirements arise. The Buyer will notify the technician of any vendor/supplier interested as being a source for the National Stock Number being requisitioned. The technician will work directly with the vendor in assisting to create a SAR packet and upon review the technician will forward the packet to the ISEA and SQ Manager. 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 qualified sources when requirements arise. Upon approval/disapproval of the Source Approval Packet the technician will notify the buyer who in turn will notify the vendor/supplier. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the BEARING,BALL,ANNULA . 1.1.1 ;Required item is to be procured and adhere to MIL-B-17931 Military Specification for 'Bearings, Ball, Annular, For Quiet Operation' and other applicable documents referenced herein.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.2 The ""Document Changes"" section provides supersessions/changes to referenced documents. 2.2 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. DOCUMENT REF DATA=MIL-STD-12 | | |D |810529|A| | | DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=FF-B-171 | | |B |950309|A| 1| |1 | |53 |920303 DOCUMENT REF DATA=SAE J418 | | |A |831201|A| | | DOCUMENT REF DATA=MIL-B-1083 | | |D |970530|A| | |1 DOCUMENT REF DATA=AMS 6444 | | |H |911001|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 9 | | | |900717|A| | | DOCUMENT REF DATA=MIL-B-17931 | | |E |950522|A| 2| | DOCUMENT REF DATA=DOD-G-24508 | | |A |980923|A| 4| | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A|2 | | DOCUMENT REF DATA=SAE 52100 | | | | |A| | | DOCUMENT REF DATA=ANSI/AFBMA STB 20 | | | |871028|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 10 | | | |890605|A| | | DOCUMENT REF DATA=ANSI/AFBMA STD 13 | | | |870902|A| | | DOCUMENT REF DATA=ASTM-E112 | | | |881109|A| | | DOCUMENT REF DATA=MIL-PRF-17331 | | |J |070330|A| 1| | |Y|97 |940720 DOCUMENT REF DATA=ASTM-E18 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-A295 | | |92 |920815|A| | | DOCUMENT REF DATA=ASTM-E45 | | | |870828|A| | | DOCUMENT REF DATA=MIL-PRF-6085 | | |D |980220|A| | | |Y|14 |920916 DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-L-17331 |MIL-PRF-17331 DOCUMENT CHANGE DATA=MIL-L-6085 |MIL-PRF-6085 3. REQUIREMENTS 3.1 ;Source Control Item - Previous delivery of this specified National Stock Number or similar item manufactured to technical procurement specifications and MIL-B-17931 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 currently approved by the Government will be considered for this award. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. Qualification and testing requirements are extensive and time consuming. To maintain appropriate stock levels and prevent work stoppage, a prospective contractor must be determined to be qualified by the engineering activity prior to submitting offer. 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 qualification 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. Your interest will be forwarded to the In-Service Engineering Agent (ISEA) responsible for this item.; 3.1.1 ;QTP-MIL-B-17931 shall be used to qualify a vendor to supply precision ball bearings for low noise operation in accordance with MIL-B-17931 Rev E. After final approval is granted by NAVSEA, the vendor will be considered a qualified source to supply noise-tested (NT) bearings in accordance with MIL-B-17931 and associated documents.; 3.2 Manufacture and Design - The BEARING,BALL,ANNULA furnished under this contract/purchase order shall meet the requirements as specified in ;MIL-B-17931E; . The ordering data/acquisition requirements/notes are ;as follows: a. Standard Part Number M17931-G052. b. See Appendix I thru IV and Attachment A thru D (SPCC FORM 4250/7) for modifications to MIL-B-17931E. c. See ACN-MIL-B-17931 (NAVSEA 9244, Ser 05Z/014) for acceptable modification to MIL-B-17931E. d. See QTP-MIL-B-17931 for acceptable modification to MIL-B-17931E.; . 3.3 Marking - This assembly and its piece parts shall be physically identified in accordance with ;paragraph 3.7 of MIL-B-17931E and Mil-Std 129.; . 3.4 ;Quality Conformance Inspection / Test (Contractor Testing) - Quality Conformance Inspection and approval is required.; 3.5 ;Production Lot Test / Verification Inspection (Government Testing) - Verification Inspection and approval is required.; 3.6 Configuration Control - MIL-STD-973 entitled ""Configuration Management"", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.6.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.7 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.8 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. 4. QUALITY ASSURANCE 4.1 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. 4.2 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. 4.3 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. 4.4 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. 4.5 ;Quality Conformance Inspection / Test (Contractor) - The contractor shall perform quality conformance inspection (nondestructive) in accordance with the quality assurance provisions of group a, b, c, and d on SPCC FORM 4250/7. Quality conformance inspection sample size shall be in accordance with MIL-STD-105.; 4.6 ;Quality Conformance Inspection / Test Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD form 1423).; 4.7 ;Production Lot Test / Verification Inspection (Government) - The Contractor shall deliver (as directed by attachment c and d of SPCC FORM 4250/7) unit(s) to Naval Surface Warfare Center, Carderock Division, Building 60, Room 150, Code 642, Bethesda, Md. 20084-5000, for Verification Inspection in accordance with paragraph 4.4 (Verification Inspection) of MIL-B-17931. Government Verification Inspection shall consist of nondestructive testing. If testing is nondestructive, Verification inspection sample(s) shall be returned to the contractor.; 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. 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. 6.2 Statement of Prior Approval Data - If the item(s) being offered meet the requirements specified in the contract/purchase order and is an exact duplicate of item(s) previously approved by...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6c1044a08e684a748c125b90d17ebccc/view)
 
Record
SN05995340-F 20210509/210507230114 (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.