Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2021 SAM #7187
SOLICITATION NOTICE

93 -- 93--BUBBLE WIND 0.5THK

Notice Date
8/3/2021 5:22:24 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
N0010421QFC83
 
Response Due
8/30/2021 12:00:00 AM
 
Archive Date
09/14/2021
 
Point of Contact
Telephone: 7176058399
 
E-Mail Address
TIANA.HAMMAKER@NAVY.MIL
(TIANA.HAMMAKER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.35|WWJ|717-605-8399|TIANA.HAMMAKER@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|0001|2|186|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|N50286;|TBD|||N/A|||||| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER (MAY 2016)|7|||||||| 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|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT ||||| 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|327212|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1.This award does not contain Government source Inspection (GSI) 2. 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. 3. Note to DCMA ACO: Clause NAVSUPWSSGA02 is amended to include Post Award PCO retaining the following functions: FAR 42.302(3), (32), (37), (38), (40),(41),(43), (45 through 51), (60) and (62). 4. 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 here in. 5.The following proposed delivery schedule applies: Final delivery of material (186 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(C); applies to this material. 1.1.2 This ;Bubble Window; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 1.2 Government Furnished Equipment - Government furnished ;Window Forming Tool; is available. Contact the Procurement Contracting Officer for terms and arrangement of inspection and receipt by the successful offeror. 1.3 Return of Government Furnished Equipment - The ;Window Forming Tool; provided as Government Furnished Equipment under this contract/purchase order must be returned to ;NAVSUP WSS Code 009; within ;60; days after completion of the contract. Government Furnished Equipment that is returned will be inspected by the Government to insure the condition is serviceable and not damaged or worn in excess of normal wear. 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. 2.2.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2.3 Specification Revisions - The specification revisions listed under ""Documents 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. DRAWING DATA=8500417 |53711| B| |D|0001 | B|49998|0582914 DRAWING DATA=8540938 |53711| A| |D|0001 | A|49998|0063183 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200524|A| |42| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE ;53711; Drawing ;8500417 item 1-1 and drawing 8540938 item 1; . 3.2 ;Acceptance criteria for new Bubble Station Windows from the manufacturer: (1) Interior defects (inclusions, bubbles, black specs, discoloration, etc.): No visible interior defects are allowed by inspection from a distance of 36 inches. If not visible by using this method, a window is considered acceptable. (2) Exterior/surface defects (cracks, scratches, gouges, etc.): Cracks are never allowed. If defects (scratches, gouges, etc.) are not noticeable (or are barely noticeable) when inspected from a distance of 36 inches, a window is considered acceptable. If said defects are noticeable/definitive using this method, a window is considered acceptable only when the following conditions are met: total defect count is 5 or less (visible from a distance of 36 inches) and each defect and each defect depth, length and width is not greater than 1/64"", 1/2"", and 1/64"", respectively. The depth of surface defects may be estimated visually if physical measurement is unattainable.; 3.3 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. 3.4 Marking - This item must be physically identified in accordance with MIL-STD-130. 3.5 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 inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.5.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) 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 theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.5.2 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/ 3.5.3 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. 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. 3.6 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.7 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 must contain the following information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. 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 9digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. (""N/A"" when Not Applicable). 5. Cure date (""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 for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read ""Hull, Mechanical and Electrical (HM&E) testing N/A."" 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.7.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 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 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. 6.1.1 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. 6.2 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. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.3 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;10/20/2016 - Updated ECDS URL - Jun 20 2007 - Replaced MIL-T-9047 with SAE-AMS specs - Feb 24 2012 - Added appropriate UT acceptance classes - May 15 2012 - Updated test method and Note 2 - Jun 14 2012 - Added (Properties Specified Below Only) - Sep 18 2012 - Separated Note 2 for Teflon Fiber Content - As certified by Dupont and White Teflon string inclusions - Feb 26 2009 - Clarified testing and certs only apply to pieces listed - Oct 29 2010 - Added Sampling Std for LI In-Process testing - Sep 30 2008 - Thread Inspection Requirements were clarified - Dec 17 2011 - Began using ECDS for submissions - Jan 05 2012 - Added WAWF to forward Approved Waivers/Deviations with final OQE - Dec 17 2011 - Moved Quality Assurance Text location for Readability - Apr 15 2009 - Clarified the sample size for large and small lot sizes - Jan 19 2011 - Added notification of DCMA upon contract award - Mar 22 2011 - Added Traceability requirements for Non-Metallic Seats ants to the C of C - Aug 27 2014 - Took out contractor's phone number requirement - Dec 01 2011 - Moved ""Notes to DCMA QAR"" to QA Section - Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section. IX in addition to Type I - May 02 2009 - Added Lubricants and Seal%%; DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. Block 12 - Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment of material. Certification documentation must be submitted via WAWF (Wide Area Work Flow). Enter in WAWF as follows: ""Ship to"" N50286 ""Inspect by"" N39040 ""Accept by"" N39040 and eMail notification field: PORT_PTNH_WAWF_Notification@navy.mil No material is to be shipped prior to the receipt of Acceptance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f88a9cac028348658b795133450ff4da/view)
 
Record
SN06083690-F 20210805/210803230123 (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.