Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2021 SAM #7244
SOLICITATION NOTICE

43 -- 43--PUMP & MOTOR ASSY

Notice Date
9/29/2021 7:09:34 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
N0010421RFC99
 
Response Due
10/29/2021 12:00:00 AM
 
Archive Date
11/13/2021
 
Point of Contact
Telephone: 7176054608
 
E-Mail Address
MICHAEL.THOMAN1@NAVY.MIL
(MICHAEL.THOMAN1@NAVY.MIL)
 
Description
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|0001AA|1|600 days|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material ||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|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2021)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (JUN 2020))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| 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|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (SEP 2021)|13|333996|1250|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed Price| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|x|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JUN 2019))|1|| 1.This is a procurement for the TRIPER program. 2.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSSMechanicsburg. 3. As this procurement is for the TRIPER program , in accordance with Federal Law,DoD and Navy policy, and in conjunction with the Defense Priorities and Allocation System, this contract shall be rated DX. 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 Governments acceptance of the contractors proposal constitutes bibilateral agreement to issue contractual documents as detailed herein. 6.NECO bids will not be accepted, offers must include original RFP and be emailed to (michael.thoman1@navy.mil ) 7.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 Final delivery of material (600 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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;11230-F-18 88032 C D PL11230-F-18 88032 G C 12027-F-18 88032 1 D 12028-F-18 88032 - D 10716-C-18 88032 D D 10714-C-18 88032 D D 10750-C-18 88032 B D 3504-11 95402 J D; 2.3.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.4 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;EB Specification 2534, Confidential; DRAWING DATA=EB-2534 |96169| L| |D|0001 | |00026|0000000 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MMM-A-132 | | |B |940401|A| | | DOCUMENT REF DATA=QPL MMM-A-132 | | |QPD|210105|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |200401|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=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | | |940701|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-DTL-17060 | | |G |160830|A|1 | | DOCUMENT REF DATA=MIL-P-17639 | | |D |720313|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-50433 | | | |890815|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|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 ;Complete Pump (with motor) to be in accordance with Drawing 11230-F-18, PL 11230-F-18, and Motor drawing 3504-11, except as amplified or modified here in.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: 3.3 ;Drawing 11230-F-18; Part - ;Shaft item 10 (Q3); Material - ;QQ-N-286 Form 2 annealed and age hardened; Part - ;Stud Item 178B drawing 10714-C-18; Material - ;QQ-N-286 Form 2 annealed and age hardened; Part - ;Nut Hex Item 179B Drawing 10716-C-18; Material - ;QQ-N-286 Form 2 annealed and age hardened; 3.4 ;Casing item 183 drawing 12027-F-18; Part - ;Casing item 1 (Q3); Material - ;ASTM B369 UNS No. C96400; Part - ;Nozzle End Discharge item 453 and Nozzle End Suction item 454; Material - ;MIL-C-24679 Alloy C71500 and meeting the chemical requirements of drawing 12027-F-18 Note 3; 3.5 ;Casing Outer Assembly drawing 12028-F-18; Part - ;Cover Casing outer item 394; Material - ;ASTM B369 UNS No. C96400; Part - ;Nipple Flange item 415; Material - ;MIL-C-24679 Alloy C71500 and meeting the chemical requirements of drawing 12028-F-18 Note 2; 3.6 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 Item 178B drawing 10714-C-18 and Nut Hex Item 179B Drawing 10716-C-18; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Liquid penetrant inspection; Item - ;Nozzle End, Discharge item 453 and Nozzle End, Suction item 454 outer machined surface after cutting; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-C-24679 paragraph 4.5.3; Attribute - Annealing and Age Hardening Item - ;Shaft item 10, Stud Item 178B drawing 10714-C-18 and Nut Hex Item 179B Drawing 10716-C-18; Performance - QQ-N-286 Test - ;Hydrostatic Test; Item - ;Each Assembly (for a minimum of 30 minutes); Performance - ;MIL-P 17639 Para 4.3.1.1; Acceptance - ;MIL-P 17639 Para 4.3.1.1; Test - ;Over-speed test; Item - ;Each Assembly; Performance - ;MIL-P-17639 Para 4.3.1.2; Acceptance - ;MIL-P-17639 Para 4.3.1.2; Test - ;Mechanical soundness and capacity test; Item - ;Each Assembly; Performance - ;MIL-P-17639 Para 4.3.1.3; Acceptance - ;MIL-P-17639 Para 4.3.1.3; Test - ;Noise test; Item - ;Each Assembly; Performance - ;MIL-P-17639 Para 4.3.1.4 (and EB 2534 Revision J for noise limit); Acceptance - ;MIL-P-17639 Para 4.3.1.4 (and EB 2534 Revision J for noise limit); Test - ;Motor tests and examination; Item - ;Each Motor; Performance - ;In accordance with drawing 3504-11 and MIL-M-17060 revision F table XXI for Service A motors; Acceptance - ;In accordance with drawing 3504-11 and MIL-M-17060 revision F table XXI for Service A motors; Test - Weldability Test of ASTM-B369 material Item - ;Cover,Casing Assembly; item 490A; Performance - ASTM-B369 Acceptance - ASTM-B369 3.7 Radiography is required on ;Casing item 1 (Q3) drawing 12027-F-18, and Cover Casing outer item 394 drawing 12028-F-18; . Test - 5x Visual Magnification or Dye Penetrant Inspection (root layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - Visual and Dye Penetrant Inspection (final layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 3.8 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;EB Specification 2534; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.9 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. 3.10 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 - ______ 3.11 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;TRIPER tag CSD291; in ECDS at https://register.nslc.navy.mil/ 3.12 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.12.1 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. 3.12.2 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. 3.13 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.) 3.13.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.13.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.14 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.15 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. 3.15.1 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. 3.15.2 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. 3.15.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.16 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 3.17 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.18 ;Lubricate O-rings and their mating sealing surfaces and pack O-ring grooves with grease per CID A-A-50433 (Termalene No. 2). Pack the cavity between the impeller nut washer, piece 246C, and the shaft, piece 10, shoulder with grease per CID A-A-50433 (Termalene No. 2). Pack O-ring groove and space below O-ring, piece 456D, between the pump casing, piece 183, and the outer casing cover, piece 490A, on the pressure side exposed to seawater with grease per CID A-A-50433 (Termalene No. 2). Lubricate threaded fasteners with lubricant per CID A-A-59004 (Molykote P-37 paste). Torque requirements: Capscrew, pieces 118A and 118B 8 to 10 ft-lbs Capscrew, piece 118D 21 to 23 ft-lbs Nut, piece 179A 25 to 35 ft-lbs Nut, piece 179B 975 to 1025 ft-lbs Capscrew, piece 118G 21 to 23 ft-lbs Castle hex nut, piece 255 50 to 80 ft-lbs; 3.19 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. 3.20 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;T016185137; ) 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. 3.21 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. 3.21.1 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. 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 - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.24 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. 3.25 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. 3.26 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. 3.26.1 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 ^ 3.27 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. 3.28 Radiography (RT) - Radiography must be performed in accordance with T9074-AS-GIB-010/271. RT acceptable criteria for castings to be criticality level Iper the applicable table of S9074-AR-GIB-010A/278. RT acceptance criteria for weldments to be per the applicable table of S9074-AR-GIB-010A/278 (P-1 piping) or MIL-STD-2035, class 1, as applicable. 3.28.1 See CDRL DI-MISC-80678 (RSS) - The Contractor or activity performing theradiography must be responsible for preparing the radiographic shooting sketches (RSS) in accordance with T9074-AS-GIB-010/271. Shooting sketches are not required for radiography of weldments. The radiographic standard shooting sketches (RSSS) referenced on the applicable drawing may be used, however, since T9074-AS-GIB-010/271 permits a variety of processes, the RSSS may not be applicable as they will not necessarily depend only on the coverage requirements, but also on the equipment and procedures of the particular radiographic facility. Approval of these shooting sketches or radiographic standard shooting sketches is required per S9074-AR-GIB-010A/278. If this datahas been previously approved by a Navy activity, the original approval letter must be submitted at the same time as RT film and reader sheet submittal. 3.28.2 All pieces radiographed must be permanently marked with ""RT"" and a unique RT serial number. (The unique RT serial number must be directly traceable tothe RT film.) 3.28.3 See CDRL DI-MISC-80678 (Production Radiography) - Production Radiographyrequires final acceptance by the Navy. The items listed below must be submitted for final acceptance, cataloging, file, and retention. They must be submitted and approved prior to shipment of the applicable hardware. However, when the source certification clause is invoked, they must be submitted a minimum of forty-five (45) working days prior to the date of source certification inspection. (a) Film (b) RSS/RSSS (c) RS (d) DD250 (with unique RT serial numbers traceable to the RT film) 3.29 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. 3.29.1 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. 3.29.2 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 r...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70ab1f8829b24e139f723ea5c8cc21e5/view)
 
Record
SN06147821-F 20211001/210930203829 (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.