Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

99 -- TUBE,METALLIC

Notice Date
6/17/2021 12:24:15 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
N0010421QFC17
 
Response Due
7/19/2021 12:00:00 AM
 
Archive Date
08/03/2021
 
Point of Contact
Telephone: 7176054066
 
E-Mail Address
KAREN.PALM@NAVY.MIL
(KAREN.PALM@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.18|WVP|717-991-9570 or 717-605-4066|karen.palm@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION (JUN 2002)|8||X||X||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|60 ft.|210 days|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO), Certifications - Stand Alone Receiving Report |Certifications - Inspection at DESTINATION & Acceptance at OTHER, Material - Inspection at DESTINATION & Accepta nce at OTHER.|TBD|N00104|TBD|N39040 - Certifications & Material|N50286|TBD|133.2|NA|NA|N39040|NA|NA|See DD1423|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 Delivery|1 year from Date of Delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| 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|331420|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|X| 1. Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech. 2. Submission of Certification CDRLs will be on or before 20 days prior to the scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD1423 CDRLs. Final delivery of material will be on or before 210 days after effective date of the resulting contract. 3. NAVSUP WSS Mech will be considering papassedformance in the evaluation of offers iaw FAR 13.106. 4. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 5. Any contract/order awarded as a result of this solicitation will be a ""DO"" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. \ 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. 2.3 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. 2.3.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B666 | | | |010410|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | 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=MIL-T-16420 | | |K |880916|A| 1| | 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 shall meet the requirements as specified in MIL-T-16420, except as amplified or modified herein. MIL-T-16420 ordering data information is provided below: (a) Tube, copper-nickel alloy, seamless and welded (copper alloy numbers 715 and 706); MIL-T-16420. (b) Composition - 70/30 (copper alloy no. 715) Temper - Annealed Type - I (seamless) Class - ;3300; Grade - 2 (c) Hydrostatic pressure test is required. (d) Alternate nondestructive testing ;is not; required. (e) Ultrasonic Test of Class 50 and 200 tubing is not applicable. (f) Ultrasonic test for flat products is not applicable to this contract/purchase order. (g) Magnetic permeability testing for alloy 706 tube is not applicable. (h) Outside diameter of standard size tubing - ;3.500 Inch; Minimum wall thickness of standard size tubing - ;0.458 Inch; (i) Outside diameter of nonstandard size tubing - ;N/A; Minimum wall thickness of nonstandard size tubing - ;N/A; (j) Tubing shall be supplied in mill lengths, unless specific lengths are specified elsewhere in the contract/purchase order. (k) Tube marking is required as specified elsewhere in the contract/purchase order. (l) Quality assurance requirements shall be as specified elsewhere in the contract/purchase order. (m) Hydrostatic test pressure for special class tubing - ;N/A; minimum, ;N/A; maximum. (n) Level of shipment, preservation, packaging, and packing shall be as specified elsewhere in the contract/purchase order. (o) Maximum gross weight of container - container requirements shall 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 - ;Hydrostatic Test; Item - ;Tube; Performance - ;MIL-T-16420 (Each Tube) For a minimum of 5 minutes.; Acceptance - ;MIL-T-16420; Test - Ultrasonic Inspection Item - Tubing Performance - T9074-AS-GIB-010/271 and MIL-T-16420 Acceptance - MIL-T-16420 Attribute - Certificate of Compliance for seamless tubing/pipe Item - ;Tube; Performance - Material supplied must be in the seamless condition. 3.4 Dimensional Examination - All tubes shall be dimensionally examined per MIL-T-16420. In lieu of examining both ends of a tube, only one end of each tube is required. Upon receipt inspection, rejection of any single piece shall be cause for rejection of the entire lot. 3.5 Change to Table VII of MIL-T-16420: The column headed ""longer lengths (max)"" in all classes of Table VII shall be changed to read ""longer lengths (min)"". All rows in aforementioned column reading ""25"" shall be changed to read ""20"". The maximun length shall be 25 feet per paragraph 3.8.5.2 of MIL-T-16420. Example: Class 700 tube having O.D. of .540 and wall thickness of .065 shall be supplied with a minimum length of 12 feet, with 80% (by weight) in lengths of 20 to 25 feet. 3.6 MIL-T-16420 UT Changes - Delete paragraph 3.4.3.4 and substitute: ""3.4.3.4 Laminations. Tube required to meet the ultrasonic requirements specified in 3.4.3 shall be examined for laminar discontinuities that present indications exceeding exploration threshold levels (20 percent for the contact method at +6 db; 30 percent for the immersion method at calibration) shall be rejected."" 3.6.1 In the second sentence of paragraph 4.4.7; delete ""18 inch"" and substitute ""1 inch"". In the last sentence, insert ""3.4.3.4 and"" before ""3.8.2"". 3.7 Changes to MIL-T-16420 Mechanical Properties (Table II): Copper Alloy Outside Tensile Yield Strength Elongation in and Temper Diameter Strength (.5% under load) 2"" or 4x dia. 715 (70/30)...All.......50,000....18,000............30.0% (min) Fully Sizes Annealed 3.8 Configuration Control - The Contractor shall maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration shall be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations shall be designated as Critical, Major, or Minor. 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. 3.8.2 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/ 3.8.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor shall submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs shall be prepared in Contractor format, and shall include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of 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. 3.9 Mercury Free - Mercury and mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.10 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. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners shall be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 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. 3.13 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. 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.14 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. 3.14.1 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. 3.14.2 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. 3.15 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. 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material returned to the contractor shall be handled as GFM. 3.17 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. 3.17.1 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. 3.18 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. 3.19 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. 3.19.1 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). 3.19.2 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. 3.20 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: 3.20.1 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. 3.20.2 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.) 3.20.3 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. 3.20.4 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. 3.20.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.21 Material Handling - The written material control process shall include the following: 3.21.1 All raw materials shall have traceability markings (except as specified below). 3.21.2 Stored raw materials requiring traceability shall be segregated to preclude intermingling with materials not requiring traceability. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.22 Receiving inspection - 3.22.1 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. 3.22.2 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. 3.23 Discrepancy reporting - 3.23.1 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. 3.24 Final Inspection - The following inspections shall be performed prior to Government inspection and acceptance. 3.24.1 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 hundred percent of the lot. 3.24.2 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. 3.24.3 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. 3.24.4 All material requiring traceability shall be 100% inspected for traceability marking and that the marking is legible. 3.25 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...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5ba69d21a5e48239531b0fde5f9d23a/view)
 
Record
SN06036122-F 20210619/210618201539 (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.