Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

48 -- 48--VALVE,BALL

Notice Date
7/8/2021 12:17:18 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
N0010421QFB30
 
Response Due
7/21/2021 12:00:00 AM
 
Archive Date
08/05/2021
 
Point of Contact
Telephone: 7176054608
 
E-Mail Address
MICHAEL.THOMAN1@NAVY.MIL
(MICHAEL.THOMAN1@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.11|WT6RR|717-605-4608|michael.thoman1@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|2|460|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications|N/A| N/A|SEE DD1423|| 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|one year from date of delivery|one 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|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|x|| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| WSSTERMMZ01 is revised to the following: The Government intends to make a single award to the eligible, responsible, technically acceptable contractor whose quote, conforms to the solicitation, is determined most advantageous to the Government.The evaluation will consider past performance asmore important than price. The Government reserves the right to award the contract to other than the lowest priced quote. (1) Past Performance. The Government will evaluate the quality of the contractor's past performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the contractor's past performance will be used as a means of evaluating the relative capability of the contractor and other competitors to successfully meet the requirements of the solicitation. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Contractors lacking relevant past performance history will receive a neutral rating for past performance. However, the quote of a contractor with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the quotes of other contractors. The Government will utilize the DoD Supplier Performance Risk System (SPRS) program to evaluate past performance (see DFARS 252.213-7000, Notice to Prospective suppliers on use of Supplier Performance Risk System (SPRS) in past performance evaluations "". SPRS accumulates data on suppliers by Federal Supply Class (FSC). The Government will consider SPRS data for the Federal Supply Classes of all items included in this procurement. Based on comparisons among suppliers in a specific FSC group, SPRS sorts suppliers into color ratings representing the supplier's overall quality performance based on the following indices: COLOR POSITION Dark Blue Top 5% of suppliers in FSC group Purple Next 10% of suppliers in FSC group Green Next 70% of suppliers in FSC group Yellow Next 10% of suppliers in FSC group Red Bottom 5% of suppliers in FSC group (2) Price. Price is a secondary factor after past performance. The solicitation closing date is extended to 21 July 2021. \ 1.This is a procurement for the TRIPER program. 2.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSSMechanicsburg. 3.Drawings can be accessed thru: Beta.sam.gov. 4. As this procurement is for the TRIPER program , in accordance with FederalLaw,DoD and Navy policy, and in conjunction with the Defense Priorities andAllocation System, this contract shall be rated DX. 5.NAVSUP WSS Mech will be considering past performance in the evaluation ofoffers. See Clause 252.213-7000. 6. All contractual documents (i.e. contracts, purchase orders, task orders, delivery 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 Governments acceptance of the contractors proposal constitutes bilateral agreement to issue contractual documents as detailed herein. 7.This requirement falls under the Special Emergency Procurement Authority (SEPA) in accordance with 41 U.S.C. 1903 and Class Deviation 2018-O0013. 8.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC SD APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS SD APPROVAL OF PR 30 DAYS AFTER RECEIPT Final delivery of material (460 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. 2.3 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 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.3.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=2640-801X1E1 |53711| A|ER |D|0001 | A|49998|6353077 DRAWING DATA=2640-808X1J1 |53711| A|ER |D|0001 | A|49998|0487192 DRAWING DATA=4558766 |80064| E| |D|0001 | E|49998|0124267 DRAWING DATA=4558766 |80064| E| |D|0002 | E|49998|0118211 DRAWING DATA=4558766 |80064| E| |D|0003 | E|49998|0098547 DRAWING DATA=4558766 |80064| E| |D|0004 | E|49998|0074376 DRAWING DATA=4558766 |80064| E| |D|0005 | E|49998|0079537 DRAWING DATA=4558766 |80064| E| |D|0006 | E|49998|0082494 DRAWING DATA=4558766 |80064| E| |D|0007 | E|49998|0092812 DRAWING DATA=4558766 |80064| E| |D|0008 | E|49998|0077701 DRAWING DATA=4558766 |80064| E| |D|0009 | E|49998|0089388 DRAWING DATA=4558766 |80064| E| |D|0010 | E|49998|0081709 DRAWING DATA=4558766 |80064| E| |D|0011 | E|49998|0087864 DRAWING DATA=4558766 |80064| E| |D|0012 | E|49998|0070378 DRAWING DATA=4558769 |53711| D| |D|0001 | D|49998|2875470 DRAWING DATA=4687581 |80064| D| |D|0001 | D|49998|0140202 DRAWING DATA=4687582 |80064| D| |D|0001 | D|49998|0154154 DRAWING DATA=7285198 |53711| | |D|0001 | |49998|1247552 DRAWING DATA=7285297 |53711| E| |D|0001 | E|49998|0862180 DRAWING DATA=7285297 |53711| E| |D|0002 | E|49998|0392982 DRAWING DATA=7285297 |53711| E| |D|0003 | E|49998|0280881 DRAWING DATA=7285297 |53711| E| |D|0004 | E|49998|0204692 DRAWING DATA=7286168 |53711| H| |D|0001 | |49998|2932540 DRAWING DATA=7286250 |53711| J| |D|0001 | J|49998|0350803 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MMM-A-132 | | |B |940401|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |200401|A| | | DOCUMENT REF DATA=ASTM-B505 | | | |140401|A| | | DOCUMENT REF DATA=TT-P-645 | | |B |900312|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |130601|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160616|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=MIL-DTL-15090 | | |E |101012|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-N-25027 |0001| |A |990331|A| 1| | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |A |950907|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | | |950801|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 6 inch Combination Hull and Backup Valve shall be in accordance with NAVAL SHIP SYSYTEMS COMMAND drawing 4687581 Assembly ""IRAWT"", less actuator, Item 25 and Operator, Item 24, except as amplified or modified herein. All actuator and operator associated pieces shall be supplied in a bag.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Item 1 and Cover, Item 3 of drawing 4687582; Material - ;ASTM-B369 UNS C96400; Part - ;Stem, Item 23A of drawing 4558766.; Material - ;QQ-N-286 Annealed and Age Hardened; Part - ;Stem, Item 22A of drawing 4558766; Material - ;ASTM-B150 UNS 63200; Part - ;Stud, Continuous Thread, Item 52 of drawing 4687581; Material - ;QQ-N-286 and MIL-DTL-1222, Annealed and Age Hardened; Part - ;Stem Retainer Nut, Item 27A of drawing 4558769 and Item 33A of drawing 7286168; Material - ;ASTM-B505 UNS C90300; PART - ;Nut, Self-Locking Heavy Hex, Item 31 of drawing 4687581; MATERIAL - QQ-N-281, Class A or B, in accordance with MIL-N-25027/1. All material must be the same Class. SELF-LOCKING ELEMENT - ASTM-D4066, Group 01, Class 1 or 2, Grade 1. Part - ;Ball, Item 68 of drawing 8617511 and Ball, Item 58 of drawing 7285198; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10"" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6"" to 10"", must be applied. Part - ;Seats (Q3) Piece 28 of Drawing 7285297; Material - MD71-GG Mearthane (Graphite Filled Urethane). Material must be manufactured by Mearthane Products Inc. Cranston, RI. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Hardness D2240 70 +/- 5 Shore D (B) Specific Gravity D792 1.18 +/- 0.02 (C) Tensile Strength D412 (DIEC) 5000 PSI MIN (D) Compression-Defl D575 700 PSI MIN @ 2% DEF. (E) Tensile Impact D1822 300 FT-LB/SQ IN (Note 1) (TYPE L SPECIMEN) (F) Water Absorption D570 1.5% MAX (1 Week at R.T.) Note 1: These values are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Stud, Continuous Thread, Item 52 of drawing 4687581; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Nut, Self-Locking Heavy Hex, Item 31 of drawing 4687581; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027 with sampling in accordance with MIL-N-25027/1; Test - Weldability Test of ASTM-B369 material Item - ;Body, Item 1 and Cover, Item 3 of drawing 4687582; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - Pressure Tests Item - Each Assembly Performance - ;General Note 6 of drawing 4687581; Acceptance - ;General Note 6 of drawing 4687581; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027 and MIL-N-25027/1; Acceptance - ;NASM25027 and MIL-N-25027/1; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ASTM-D4066, Group 01, Class 1 or 2, Grade 1 Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. Attribute - Annealing and Age Hardening Item - ;Stem, Item 23A of drawing 4558766 and Stud, Continuous Thread, Item 52 of drawing 4687581; Performance - QQ-N-286 3.4 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG/-0PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of thesmallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. 30 minutes / - 0 minutes. above 2500 PSIG, the pressure tolerance must be +2%/-0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be + 60 minutes/- 0 minutes. 3.5 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.5.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.5.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.6 Radiography is required on ;Body, Item 1 and Cover, Item 3 of drawing 4687582; . 3.7 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.7.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.7.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.8 Dupont Teflon Coating 850G-204 and 852G-201. Use of Dupont Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;8; of drawing ;8617511; . 3.8.1 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.9 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD018, CSD256 TRIPER tag location; in ECDS at https://register.nslc.navy.mil/ 3.10 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.11 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.12 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3"" dia, the mechanical properties of Hex Bar apply. 3.13 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: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 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 3.14 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.15 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID T884245566; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type ""C"" on brass or Type ""H"" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.16 ;During assembly, liberally coat the following surfaces with grease per CID A-A-50433 (Termalene No. 2): ball cavity (including seal retainer), stem cavity (excluding threads), ball outer surface, ball seats, O-rings and O-ring mating sealing surfaces, and all stem surfaces (excluding any splines). Lubricate valve threads and threaded fasteners with lubricant per CID A-A-59004 (Molykote P-37 paste).; 3.17 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.17.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.17.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.17.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.18 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.19 Component Identification - A Triper serial number will be assigned to each component and a nameplate will be provided by NAVSUP WSS MECH, Code N97121, as Government Furnished Equipment (GFE) prior to packaging and shipment. The Contractor is requested to notify NAVSUP WSS MECH, Code N97121, when the manufacturing process is ready for the nameplate(s), allowing sufficient time for mailing. Individual serial numbers must to be stamped onto nameplate using 3/16"" letters and filled with red paint prior to installation on the components. Nameplates should be attached in the locations specified on the drawing provided for this purpose, utilizing an epoxy compound which meets the requirements of Federal Specification MMM-A-132. The manufacturer's instruction should be followed to ensure proper adhesion. Subsequent to installation, painted surfaces adjacent to the nameplate should be touched up with primer equivalent to TT-P-645 and one coat of light gray paint equivalent to MIL-DTL-15090. Prior to shipment, each packaging container must have the appropriate Triper program serial number marked externally as follows: ""TRIPER PROGRAM MATERIAL"" SERIAL NUMBER - ______ 3.20 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must 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. 3.21 Welding or Brazing - When welding, brazing, and allied processes are required, they must be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.22 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.22.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.22.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.22.3 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 must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.23 Mercury Free - Mercury and mercury containing compounds must 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. 3.24 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. 3.24.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.25 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must 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 must be identified to weld joint and layer. 3.26 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must 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. 3.26.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.26.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.26.3 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. 3.26.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.26.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.27 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must 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 must be trace...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d1f767f006af447f860c0306763d29ac/view)
 
Record
SN06055394-F 20210710/210708230129 (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.