Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
SOLICITATION NOTICE

34 -- 34--BRAZING ALLOY,SILVE

Notice Date
7/29/2021 12:23:25 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010421QFC80
 
Response Due
8/13/2021 12:00:00 AM
 
Archive Date
08/28/2021
 
Point of Contact
Telephone: 7176057652
 
E-Mail Address
AMANDA.SWIGONSKI@NAVY.MIL
(AMANDA.SWIGONSKI@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||X||X||||| VARIATION IN QUANTITY (APR 1984)|3|10|10|the total contract quantity| TIME OF DELIVERY (JUNE 1997)|20|0001AA|325|180|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|N39040|N50286|TBD|Code 133.2|N/A|N/A|N39040-Certifications|N/A|N/A|See DD Form 1423|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|one year from the date of delivery |one year from the 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|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020)|4||||| 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|333992|1,250|||||||||||| 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. DD 1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg (see NAVSUP WSS term WSSTERMLZ02). 3. The resultant award does not contain Government Source Inspection (GSI). 4.This item requires Government Furnished Material (GFM). 5. Consistent with FAR 52.216-18, 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 Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 5. FAR Clause 52.232-25(a)(5), entitled Prompt Payment, Constructive Acceptance is changed from 7 days to 45 days after delivery of the supplies in accordance with the terms and conditions of the contract. 6. Note to DCMA ACO: Clause NAVSUPWSSGA02 is amended to include Post Award PCOretaining the following functions: FAR 42.302(3), (32), (37), (38),(40),(41),(43), (45 through 51), (60) and (62). 7. The following proposed delivery schedule applies: Submission of all certification data CDRLs will be on or before 20 days prior to delivery. PNSY review/acceptance of certification CDRLs shall be 6working days after receipt of certification DD 1423 CDRLs. Final delivery of material will be on or before 180 days after the effective date of the contract. 8. NAVSUP WSS Mechanicsburg will be considering past performance in theevaluation of offers (DFARS clause 252.213-7000 and NAVSUP WSS term WSSTERMMZ01). \ 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. 1.2 Refined silver will be supplied as Government Furnished Material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3 Specification Revisions - The specification revisions listed under ""Docu ments References"" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-B-654 | | |A |840210|A| 1| | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in QQ-B-654, except as amplified or modified herein. QQ-B-654 ordering data information is provided below: (a) Brazing alloys, silver; QQ-B-654. (b) Class - ;BCuP-5; (c) Size - ;1/8 x .05 x 20 INCHES; Form - ;Strip; (d) Level of packaging and packing must be as specified elsewhere in this Contract/Purchase Order (e) Quantity per unit package must be as specified elsewhere in this Contract/Purchase Order. (f) Special marking must be as specified elsewhere in this Contract/Purchase Order. (g) Unit of Issue - ;Avoirdupois Pound; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;BRAZING ALLOY, SILVER; Material - ;QQ-B-654, CLASS BCuP-5 (CHEMICAL ANALYSIS ONLY); 3.3 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. 3.4 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. 3.4.1 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. 3.4.2 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/ 3.4.3 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. 3.5 Mercury Free - Mercury and mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.6 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.alternate. 3.6.1 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. 3.6.2 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. 3.6.3 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. 3.6.4 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. 3.6.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.7 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. 3.7.1 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. 3.7.2 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. 3.8 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 order, promptly notify the Prime Contractor who will notify the PCO so that appropriate planning for Government inspection can be accomplished. 3.8.1 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. 3.8.2 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. 3.8.3 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. 3.8.4 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. 3.8.5 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. 3.9 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: 3.9.1 Visual examination upon receipt to detect damage during transit. 3.9.2 Inspection for completeness and proper type. 3.9.3 Verification of material quality received. 3.9.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.9.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.9.6 Identification and protection from improper use or disposition. 3.9.7 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. 3.9.8 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. 3.9.9 Material returned to the contractor shall be handled as GFM. 3.10 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. 3.10.1 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 this Contract/Purchase Order. 3.11 Material Traceability - The certification data report shall be identified through a unique traceability number or heat-lot 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. Traceability shall be maintained through all process operations including any subcontracted operations, to the finished component. 3.11.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, traceability marking is required. Permanent markings are not required. Traceability shall be by a label attached to each unit container. The unit container identification label shall include, in addition to the contract number and the NSN (National Stock Number), all markings required for identity and traceability. Each container in the lot must contain material from the same traceability number or heat/lot, as defined in the applicable specification. Identification marking shall be in accordance with the applicable specification. 3.12 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: 3.12.1 Quantitative chemical 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. 3.12.2 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. 3.12.3 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. 3.12.4 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.13 Final Inspection - The following inspections shall be performed prior to Government inspection and acceptance. 3.13.1 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. 3.13.2 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. 3.13.3 All silver brazing alloy shall be 100% inspected for traceability marking (material/unit container traceable to certifications), and that the marking is legible. 3.13.4 All data concerning material verification (chemical 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. 3.13.5 All material requiring traceability shall be 100% inspected for traceability marking and that the marking is legible. 3.14 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and shall contain the following information: 1. Contractor's name, address and date. 2. The contract/purchase order number (for example: N00104-11-P-FA12) 3. The National Stock Number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (for example: 1H 4820 012345678 L1) 4. Lubricants, sealants, anti-seize, and/or thread locking compounds (""N/A"" when Not Applicable). 5. Certification that O-rings, packing, gaskets, or other elastomeric products were installed in a compressed state within an assembly or sub-assembly, prior to expiration of the shelf life (""N/A"" when Not Applicable). 6. Manufacturer's compound number (""N/A"" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. (""N/A"" when Not Applicable). 8. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements and list each contractually invoked conformance/compliance test performed by name and that it was performed satisfactorily. 9. Contractor's or authorized personnel's signature. 4. QUALITY ASSURANCE 4.1 Notes to the Contractor - 4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or ""production representative"" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that he material supplied conforms to the specified requirements. 6.1.7 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks). Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.8 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.9 Verification - An examination performed to determine compliance with a specific requirement. 6.1.10 A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.11 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.12 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use ""as is"" or after repair by an approved method. 6.1.13 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.14 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.15 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.16 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.17 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.2.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 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. 6.3.1 If you have a problem connecting to the DODSSP Website, please contact either the Subscription Service Desk (215)697-2569, or the Special Assistance Desk (215)697-2667. The DODSSP Customer Service Staff is available every business day between the hours of 7:30 AM and 4:00 PM Eastern Time to answer your questions or assist in solving any problems you might en...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/404b171e920c4b6db3856c07f6e03c85/view)
 
Record
SN06078398-F 20210731/210729230127 (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.