Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2021 SAM #7307
SOLICITATION NOTICE

61 -- CABLE ASSEMBLY,UMBI

Notice Date
12/1/2021 12:08:39 PM
 
Notice Type
Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM121QPC18
 
Response Due
12/15/2021 1:30:00 PM
 
Archive Date
12/30/2021
 
Point of Contact
Telephone: 7175503247
 
E-Mail Address
JENNIFER.MCCOLLUM@DLA.MIL
(JENNIFER.MCCOLLUM@DLA.MIL)
 
Description
CONTACT INFORMATION|4|TBD|TBD|TBD|TBD| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|X|X|X|X|X|X|X|X|||X|||||| EQUAL OPPORTUNITY (SEP 2016)|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|X|X|X|||X|||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|335311|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|| SEE SECTION H FOR TRACEABILITY REMARKS. Military packaging is required. Government source inspection is required. To ensure DLA continues delivering products and services at the mosteconomical cost, DLA Land and Maritime has initiated a Material Cost ReductionInitiative.To support this initiative, please be advised, the Government isseeking to reduce material pricing by as much as 10% per NSN on thissolicitation. Please consider the Government's objective when supplying yourcompany's offer. Drawings and Technical data are not available from the government. Allcontractual documents (i.e. contracts, purchase orders, task orders, deliveryorders and modifications) related to the instant procurement are considered tobe ""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 constitutesbilateral agreement to ""issue"" contractual documents as detailed herein. NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: A surplus material certificate and label MUST accompany your quotation forsurplus/new surplus/new manufactured surplus material. ALL surplus materialMUST have traceability back to a Government contract in order to be consideredfor award. Without this information we are unable to determine when theGovernment purchased and inspected the item and therefore, we cannot beassured of technical acceptability. If submitting your quotation via EDI, a faxed or e-mail copy of the surpluscertificate, along with a photo of the box and label MUST be sent to the buyerASAP. It is recommended that vendors become a NECO trading partner and receiveautomated notifications from NECO (Navy Electronic Commerce Online) whencontracts/modifications are issued by DLA Maritime/NAVSUP WSS Mechanicsburgand posted on EDA. To become a trading partner, contact the NECO help desk at800-503-6326 (8am-5pm ET) or email by clicking on NECO Support at https://www.neco.navy.mil/ and include the following information with your request: CAGE Code, Companyname and address and POC with phone number and email address. Contractors can view their orders, contracts and modifications at theElectronic Document Access (EDA) web site: http://eda.ogden.disa.mil/eda/about.htm It is recommended that contractors register on EDA at: http://eda.ogden.disa.mil/eda/index_regis.htm jennifer.mccollum@dla.mil \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSEMBLY,UMBI . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.1.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2505827 |10001| K|FN |D|0001 | K|49998|0069956 DRAWING DATA=5727489 |53711| R|FN |D|0001 | R|49998|0196266 DRAWING DATA=5727490 |53711| Y|FN |D|0001 | Y|49998|0345813 DRAWING DATA=5893798 |53711|AF|FN |D|0001 |AF|49998|0260503 DRAWING DATA=5893798 |53711|AF|PL |D|0001 |AF|49998|0028067 DRAWING DATA=5893798 |53711|AF|PL |D|0002 |AF|49998|0030754 DRAWING DATA=5893798 |53711|AF|PL |D|0003 |AF|49998|0021461 DRAWING DATA=5893799 |53711| E|FN |D|0001 | E|49998|0260362 DRAWING DATA=5894122 |53711| C|FN |D|0001 | C|49998|0264830 DRAWING DATA=5894148 |53711| H|DOC|D|0001 | H|49998|0475649 DRAWING DATA=5905703 |53711| D|FN |D|0001 | D|49998|0182911 DRAWING DATA=5905703 |53711| D|FN |D|0002 | D|49998|0091495 DRAWING DATA=6300526 |53711| L|FN |D|0001 | L|49998|0024921 DRAWING DATA=757994 |10001| N|FN |D|0001 | N|49998|0058376 DRAWING DATA=758023 |10001| H|FN |D|0001 | H|49998|0140618 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CABLE ASSEMBLY,UMBI furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;53711 5893798; cage ; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled ""Configuration Management"", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 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. 3.5 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.6 Serialization - The supplier shall mark a serial number on each CABLE ASSEMBLY,UMBI in accordance with ;IWA DWG 5893798 REV. ""AF"" note 9 Obtain serial number from: Commander Naval Undersea Warfare Center Public Affairs Office 176 Howell St. Newport, RI, 02841-1708 Send request to NUWC_NPT_SerialNumbers@navy.mil Report unused serial numbers to NUWC_NPT_SerialNumbers@navy.mil Transfer of unused serial numbers to other contracts is prohibited unless authorized by the NAVUNSEAWARCENDIV.; . Actual serial numbers will be assigned ; . 3.7 Shock Test - Shock Test shall be in accordance with MIL-S-901, and MIL-STD-798, specifically. Grade ;Shock/Vibration test is required IAW DWG 5894148 rev H. Sections 3.2.3.1 and 3.2.3.2.; Class ; Type ; 3.8 ;Referenced in the fabrication specification 5894148, is drawing 5759651 that requires a DD254.; 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;CRITICAL ITEM PRODUCTION FABRICATION SPECIFICATION DRAWING 5894148 REV G.; First Article Test/Inspection on ;3.2.1.1 PRESSURE/TEMPERATURE OPERATING. THE TYPE II INTERFACE CABLE ASSEMBLIES SHALL WITHSTAND EXPOSURE TO A PRESSURE/TEMPERATURE COMBINATION OF THE PROOF PRESSURE OF NAVSEA DRAWING 5759651 AND +285 DEGREES F (-5/+10 DEGRESS F) WITHOUT EVIDENCE OF DEFORMATION, LEAKAGE, OR RAISED CONNECTOR INSERTS.; unit(s) in accordance with requirements ;POC: Patrick FaerberNaval Undersea Warfare Center Division NewportAttn: Code 855 141176 Howell St. Newport, RI 02841-1708Phone: 401-832-4593 DSN: 432-4593 Fax: 401-832-4194 E-mail: patrick.faerber@navy.mil; . 4.6 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;TEST SHALL BE PERFORMED IN ACCORDANCE WITH DRAWING 5894148 REV H. PARAGRAPH 3.4.1; . 4.7 Production Lot Test (Contractor) - The Contractor shall perform Production Lot Testing in accordance with ;IAW DWG 5894148 REV H. 4.2.1.1 Preproduction sampling. A preproduction sample of two (2) each of the 5W1, 5W2, 5W7, and 5W8 Type II IntInterface Cable Assemblies shall be manufactured using the methods and procedures proposed for production. The sample shall pass the quality conformance tests as specified in Figure 2 prior to submission to an activity designated by the procuring agency todetermine compliance with the requirements of the specifications anddrawings. Further production of the Type II Interface Cable Assemblies by the contractor prior toapproval by the contracting agency will be at the supplier's risk. 4.2.2.1 Preproduction tests.Preproduction tests are those tests performed on thesample selected as specified in 4.2.1.1 to verifythat the requirements of this specification aremet prior to the start of production. Thepreproduction tests are detailed in Figures 2and 3. Failure of the preproduction sample to pass these tests shall be cause for rejection of the sample, and the contractor shall not be qualified to manufacture Type II Cable Assemblies for production.; . 4.8 Quality Conformance Inspection - The contractor is responsible for conducting a Quality Conformance Inspection in accordance with ;IAW DWG 5894148 rev. H 4.2 Quality conformance inspections. All production units submitted for acceptance will be subjected to the inspections and performance tests of Figure 1 to assure conformance to the requirements. Dimensions, soldering, workmanship, and identificationmarkings shall be verified in accordance with acceptance criteria asdefined indrawings, specifications, and other requirement documents. Quality conformancetests and procedures specified for production unit acceptance are described inthe section 4 of DWG 5894148 rev H.; , paragraph ; and preparing an inspection report in accordance with the Contract Data Requirements List, DD Form 1423. 4.9 Inspection System Requirements - The supplier shall provide and maintain an inspection system acceptable to the Governmnet. The inspection system requirements shall be in accordance with MIL-I-45208. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall 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 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.1.1 ;DD254 REQUIRED FOR TEST.; DATE OF FIRST SUBMISSION=030 DAC ;Perform preproduction sampling IAW DWG 5894148 rev H section 3.4 ; DATE OF FIRST SUBMISSION=030 DAC ;IAW DWG 5894148 rev H. 4.2.3.1 Test facilities, equipment Unless otherwise specified in the contract or order, thecontractor shall furnish and maintain all necessary testequipment, facilities, and personnel forperforming thepreproduction and quality conformance tests of Figures 1 and2. ; DATE OF FIRST SUBMISSION=030 DAC ;IAW DWG 5894148 rev H. 4.2.3.1 Test facilities, equipment Unless otherwise specified in the contract or order, the contractor shall furnish and maintain all necessary testequipment, facilities, and personnel for performing the preproduction and quality conformance tests of Figures 1 and2. ;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7cd78522e0544c07902036cad16755d2/view)
 
Record
SN06188927-F 20211203/211201230117 (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.