Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2021 SAM #7188
SOLICITATION NOTICE

48 -- 48--SEAT,VALVE

Notice Date
8/4/2021 12:31:32 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
N0010421QFC63
 
Response Due
8/13/2021 12:00:00 AM
 
Archive Date
08/28/2021
 
Point of Contact
Telephone: 7176053875
 
E-Mail Address
JILL.SABOL@NAVY.MIL
(JILL.SABOL@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.7|WVN|717-605-3875|jill.sabol@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification section C | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|2|210|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|Material - Inspection & Acceptance at SOURCE Certifications - Inspection at DESTINATION & Acceptance at OTHER |TBD|N00 104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|NA|NA|Certifications - N39040|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||| AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| 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|| Closing date is extended becuase drawings have not posted to SAM.gov yet. 1. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 2. 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. 3. Vendors submitting quality manuals shall submit them to jill.sabol@navy.mil instead of 0243.QAMANUAL@navy.mil. Per WSSTERMLZ02, offerors are cautioned that this procurement will not be delayed solely for approving additional sources. DD 1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 4. 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 contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 5. NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clauses DFARS 252.213-7000 and WSSTERMMZ01. 6. Available drawings and additional documents can be accessed through SAM.gov. 7. Submission of ALL DD form 1423 certification data (CDRLs) will be on or before 20 days prior to the material (line item 0001AA) delivery date. PNSY review/acceptance of CDRLs shall be 6 working days after receipt of CDRLs. Final delivery of material will be on or before 210 days after the effective date of the order. \ 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 LI-SOC ITEM - It has been determined that this item falls within both the Level I boundary and the Scope of Certification (SOC) boundary. 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=EB-4147 |96169| A|PS |D|0001 | A|49998|1441793 DRAWING DATA=7284884 |53711| F| |D|0001 | F|49998|0125575 DRAWING DATA=7284884 |53711| F| |D|0002 | F|49998|0133395 DRAWING DATA=7286645 |53711| B| |D|0001 | B|49998|0060964 DRAWING DATA=7286645 |53711| B| |D|0002 | B|49998|0041447 DRAWING DATA=7286645 |53711| B| |D|0003 | A|49998|0009457 DRAWING DATA=7286645 |53711| B| |D|0004 | A|49998|0015374 DRAWING DATA=7286645 |53711| B| |D|0004.1 | B|49998|0048742 DRAWING DATA=7286645 |53711| B| |D|0004.2 | B|49998|0049095 DRAWING DATA=7286645 |53711| B| |D|0004.3 | B|49998|0016490 DRAWING DATA=7286645 |53711| B| |D|0005 | A|49998|0023085 DRAWING DATA=7286645 |53711| B| |D|0006.1 | B|49998|0059640 DRAWING DATA=7286645 |53711| B| |D|0006.2 | B|49998|0051806 DRAWING DATA=7286645 |53711| B| |D|0006.3 | B|49998|0058040 DRAWING DATA=7286645 |53711| B| |D|0006.4 | B|49998|0060532 DRAWING DATA=7286645 |53711| B| |D|0006.5 | B|49998|0068986 DRAWING DATA=7286645 |53711| B| |D|0006.6 | B|49998|0037247 DRAWING DATA=7286645 |53711| B| |D|0006.7 | B|49998|0014149 DRAWING DATA=7286645 |53711| B| |D|0006.8 | B|49998|0050074 DRAWING DATA=7286645 |53711| B| |D|0007.1 | B|49998|0029048 DRAWING DATA=7286645 |53711| B| |D|0007.2 | B|49998|0045782 DRAWING DATA=7286645 |53711| B| |D|0007.3 | B|49998|0034718 DRAWING DATA=7286645 |53711| B| |D|0007.4 | B|49998|0033052 DRAWING DATA=7286645 |53711| B| |D|0007.5 | B|49998|0037803 DRAWING DATA=7286645 |53711| B| |D|0007.6 | B|49998|0033793 DRAWING DATA=7286645 |53711| B| |D|0007.7 | B|49998|0056400 DRAWING DATA=7286645 |53711| B| |D|0007.8 | B|49998|0025353 DRAWING DATA=7286645 |53711| B| |D|0008.1 | B|49998|0033952 DRAWING DATA=7286645 |53711| B| |D|0008.2 | B|49998|0037470 DRAWING DATA=7286645 |53711| B| |D|0008.3 | B|49998|0032776 DRAWING DATA=7286645 |53711| B| |D|0009.1 | B|49998|0037780 DRAWING DATA=7286645 |53711| B| |D|0009.2 | B|49998|0024426 DRAWING DATA=7286645 |53711| B| |D|0009.3 | B|49998|0031922 DRAWING DATA=7286645 |53711| B| |D|0009.4 | B|49998|0010022 DRAWING DATA=7286645 |53711| B| |D|0010 | B|49998|0121023 DRAWING DATA=7286645 |53711| B| |D|0011 | B|49998|0103979 DRAWING DATA=7286645 |53711| B| |D|0012 | B|49998|0124777 DRAWING DATA=7286645 |53711| B| |D|0013 | B|49998|0125106 DRAWING DATA=7286645 |53711| B| |D|0014 | B|49998|0128056 DRAWING DATA=7286645 |53711| B| |D|0015 | B|49998|0100286 DRAWING DATA=7286645 |53711| B| |D|0016 | B|49998|0088570 DRAWING DATA=7286645 |53711| B| |D|0017 | B|49998|0137790 DRAWING DATA=7286645 |53711| B| |D|0018 | B|49998|0126793 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-1622 | | |B |061115|A| |01| 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 ;Seat for 1/2 Inch Top Load Straight Ball Valve shall be manufactured in accordance with NAVSEA drawing 7286645 Item 31, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Seat (Q3); Material - Torlon 4503, 4203, or 4203L (unfilled polyamide-imide) per Electric Boat Specification 4147. (Certificate of Compliance only is required) 3.3 General Application Cleaning - Cleaning must be in accordance with ;MIL-STD-1622; . 3.4 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. 3.5 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. 3.6 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. 3.6.1 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. 3.6.2 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/ 3.6.3 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. 3.7 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. 3.8 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. 3.8.1 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 ^ 3.9 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 3.9.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.9.2 The Contractor's quality system shall be documented and shall 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 shall, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.9.3 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. 3.9.4 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. 3.9.5 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. 3.10 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall indicate the 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. 3.10.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government representative 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. 3.10.2 All documents and reference data applicable to this contract shall be available for review by the Government representative. Copies of documents required for Government inspection purposes shall be furnished in accordance with the instructions provided by the Government representative. 3.11 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. Such inspection can only be requested by or under authorization of the Government representative. 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 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 Command (DCMC) Office. In the event that a local Government representative or DCMC Office cannot be located, our purchasing agent should be notified immediately."" 3.11.1 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. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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: 3.12.1 Visual examination upon receipt to detect damage during transit. 3.12.2 Inspection for completeness and proper type. 3.12.3 Verification of material quality received. 3.12.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.12.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.12.6 Identification and protection from improper use or disposition. 3.12.7 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. 3.12.8 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. 3.12.9 Material returned to the contractor shall be handled as GFM. 3.13 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. 3.13.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified 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. 3.14 Material Traceability - The certification data report shall be identified through a unique traceability number, heat-lot number, or batch of non-metallic material, 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. 3.14.1 Material Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which shall only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool shall be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. When permanent marking is required, it shall be legible and shall be located so as to not affect the form, fit, and function of the material. ;Seats shall be marked on the outer cylindrical surface.; Seat marking requirements shall maintain complete traceability to certification OQE. Seat marking shall be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and shall be unique to the material certification. 3.15 See CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certification - The Contractor shall furnish the applicable test reports for each heat/lot/batch of seat material. Material certification test reports shall include, in addition to the specification, the class, form, grade, type, process, and/or composition, as applicable, of the material supplied. 3.16 Material Handling - The written material control process shall include the following: 3.16.1 All raw materials shall have traceability markings (except as specified below). 3.16.2 Stored raw materials requiring traceability shall be segregated to preclude intermingling with materials not requiring traceability. 3.16.3 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 batches or loss of traceability. The traceability marking shall be reapplied upon completion of the final manufacturing process. 3.16.4 Purchase orders for raw material shall specify that the material be traceable to material certification test reports by traceability codes that are marked on the material and identified on the test reports. The certification data requirements herein shall be invoked by the prime contractor on all subcontractors supplying Level I material. 3.16.5 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. 3.17 Receiving Inspection - 3.17.1 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. 3.17.2 Receiving Inspection shall include as a minimum - Verification that the traceability number marked 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. 3.18 Discrepancy Reporting - 3.18.1 Nonconforming products 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 will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.19 Final Inspection - The following inspections shall be performed prior to Government inspection and acceptance. 3.19.1 Sampling for certification shall be on the basis of one set of test specimens from each heat/lot or batch. 3.20 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 DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and 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 copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and theContractor - 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 produc...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f84e06ffa33140b3bb9e08eba5633be4/view)
 
Record
SN06085099-F 20210806/210804230128 (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.