Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2022 SAM #7453
SOLICITATION NOTICE

61 -- 61--CABLE ASSY LAUNCHER

Notice Date
4/25/2022 4:03:50 AM
 
Notice Type
Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010422QNC89
 
Response Due
4/22/2022 1:30:00 PM
 
Archive Date
05/07/2022
 
Point of Contact
Telephone: 7176052995
 
E-Mail Address
CANDICE.BENJAMIN@NAVY.MIL
(CANDICE.BENJAMIN@NAVY.MIL)
 
Description
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|0001|29|430|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|x||x|x|x|x|x|x|||x|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|335929|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| SOLICITATION IS BEING ISSUED UNDER THE SPECIAL EMERGENCY PROCUREMENT AUTHORITY(SEPA) All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to this procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. In accordance with DFAR 217.7301, Contractors shall identify their sources ofsupply in contracts for supplies. If the item currently being procured is anon-value added item, please provide: Actual Manufacturer: Cage Code: Address: Delivery Lead Time: __________________________ Offer valid for ___________________ days. Please provide email address for follow-up communications_______________________________________. Packaging location if different than Offeror: Name/Cage ___________________________________________ Address______________________________________________ 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 be assuredof technical acceptability. If submitting your quotation via EDI, a faxed or email copy of the surpluscertificate, along with a photo of the box and label MUST be sent to the buyerASAP. It is recommended that vendors provide contact information to NAVSUP WSSMechanicsburg in order to receive automated notifications from Navy ElectronicCommerce Online (NECO) when contracts/modifications are issued by NAVSUP WSS and posted on EDA. To receive these notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE Code, company name and address and POC with phone number and email address. Contractors can view their orders, contracts and modifications at theElectronic Document Access (EDA) web tool. This web tool is located at the Wide Area Workflow (WAWF) website. It is recommended that contractors register for EDA at: https://wawf.eb.mil. Click on New User and Registration. The Department of Defense (DoD) has issued an interim rule (2019-D041), effective November 30, 2020, related to the cyber security requirements in DFARS 252.204-7012. The purpose of this new rule is to assess the cybersecurity protections each individual contractor has in place and includes the implementation of a DoD NIST SP 800-171 Assessment Methodology. The offeror, by submission of its quotation, represents the following, if DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, applies - (1) in accordance with DFARS provision 252.204-7019, it has implemented the NIST SP 800-171 security requirements for its information systems; and (2) its summary level scores are posted in the supplier performance risk system (SPRS) (https://www.sprs.csd.disa.mil/) in accordance with paragraph (d) of DFARS clause 252.204-7020, NIST SP 800-171 DoD assessment requirements. Failure to comply may result in being unable to award to the offeror. This order requires a Higher Level Inspection. Please review the attached DD1423 for special testing instructions. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSY LAUNCHER . 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 shall take precedence. Nothing in this contract/purchase order, however, shall 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. DRAWING DATA=6292767 |53711| B|FN |D|0001 | B|49998|0009641 DRAWING DATA=6292767 |53711| B|FN |D|0002 | B|49998|0005626 DRAWING DATA=6292767 |53711| B|FN |D|0003 | B|49998|0005167 DRAWING DATA=7454380 |53711| B|VD |D|0001 | |49998|0862515 DRAWING DATA=7552008 |53711| B|FN |D|0001 | |49998|0034183 DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ISO_9001 | | |- |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | |- |940701|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A| 2| | DOCUMENT REF DATA=ISO9001 | | |- |001215|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CABLE ASSY LAUNCHER furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 7454380-3 15789 7454380-3 17476 7454380-3; 3.1.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.1.2 ;Per the NAVSEA molding manual (S9320-AM-PRO-020/MLDG REV 2), in process step number 4-9 (PRESHIPMENT INSPECTION), the manual states: ""ensure test inspection report (DS9: appendix II-F),is properly completed and is packaged with cable assembly"".; 3.2 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.3 ;A Quality Conformance Test Plan (QCTP) shall be submitted for government approval. Approval of this plan is required prior to scheduling First Article testing. The In-Service Engineering Agent (ISEA), Naval Undersea Warfare Center Division Keyport Code 435, will witness First Article Testing (see dwg 7454380 Note 22). If First Article testing is waived, approval of the QCTP is required prior to testing the first production lot unit. The Defense Contract Management Agency will act as the ISEA's designated representative (per note 18) and will witness quality conformance testing on the first production lot unit.; 3.4 First Article Test Procedures are required and must be approved prior to any First Article Testing. 3.5 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.6 Hydrostatic Test - Hydrostatic Testing of the CABLE ASSY LAUNCHER shall be in accordance with ;Note 18 (F) on Dwg 7454380; . 3.7 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.8 Serialization - The supplier shall mark a serial number on each CABLE ASSY LAUNCHER in accordance with ;DWG 7454380 NOTE 15; . Actual serial numbers will be assigned ;by the ISEA, NUWC Divsion, Keyport, 610 Dowell St., Keyport WA 98345, Code 435; . 3.9 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.10 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. 3.11 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.12 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD023; in ECDS at https://register.nslc.navy.mil/ 3.13 ;CABLE JACKET ADHESION TESTING: Testing shall be required to verify the adhesion strength of the bondbetween arctic neoprene jacketed cables and cured polyurethane. A sampleof the cable jacket material or a portion of the arctic neoprene cablejacket can be removed and used to perform adhesion testing per therequirements of ASTM D1876, Standard Test Method for Peel Resistance ofAdhesives, (T-Peel Test). The arctic neoprene material must be aged atambient temperature for a minimum of three months; cable which has beenstored on a reel at ambient temperature in a temperature controlled roomis acceptable. Test apparatus, procedure and reporting is defined inASTM D1876, except that the Aluminum and or Aluminum-Alloy Sheet or Plateshall be a cured polyurethane block, rather than a metal strip. Anyalternate adhesion tests must be approved by NAVSEA. The required adhesionvalue shall be:Adhesion Value - lbf/in of width, minimum: 15 Polyurethane shall be selected from NAVSEA S9320-AM-PRO-020 allowablemolding systems. To every extent possible, the molding procedure shallbe performed in accordance with NAVSEA S9320-AM-PRO-020.; 4. QUALITY ASSURANCE 4.1 ;MIL-I-45208A IS AUTHORIZED BY NAVSUP WSS TO BE UTILIZED IN LIEU OF ISO 9001.; 4.2 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. 4.3 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.4 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. 4.5 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. 4.6 First Article Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). The test procedures shall be approved prior to production. There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure previously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.7 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production. 4.8 Production Lot Test Procedures - (Government Approval) - The Contractor shall prepare and submit test procedures in accordance with the Contract Data Requirements List (DD Form 1423). There is hereby created an option for the Government to waive the requirement for submission of a test procedure. If the Offeror has had its test procedure proviously approved by the Government, furnish the name of the approval activity, date of approval, and contract number under which the test procedure was approved. In the event the Government exercises the option to waive submission of a test procedure, the previously approved procedure shall apply to the contract/purchase order. 4.9 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.10 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;Note 18 of Dwg 7454380 Quality Conformance Testing of all manufactured cable assemblies.; . 4.11 Material Certification - The material composition inspection shall consist of a certification that material requirements have been met. The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 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. Unique Item Identification (UID) per requiremetns of MIL-STD-130N shall be procured/manufactured by vendor and affixed in approximate location shown on DWG 7454380. 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. Engineering source of supply approval is Steven Sheridan. Phone contact number is 360.315.3388. Email address is steven.sheridan@navy.mil 6.2 ;Cable jacket adhesion testing only applies when bonding polyurethaneto arctic neoprene. This test does not apply when bonding polyurethaneto non-arctic neoprene.; DATE OF FIRST SUBMISSION=030 DAC ;IN ADDTION TO FA REQUIREMENTS: (CABLE JACKET ADHESION TESTING)Testing shall be required to verify the ad hesionstrength of the bond between arctic neoprene jacketed cables and cured polyurethane. A sample of the cable jacket material or a portion of thecured polyurethane. A sample of the cable jacket material or a portion of the arctic neoprene cable of the cable jacket material or a portion of the arctic neoprene cablejacket can be removed and used to perform adhesion testing per the requirements of ASTM D1876, Standard Test Method for Peel Resistance ofAdhesives, (T-Peel Test). The arctic neoprene material must be aged atambient temperature for a minimum of three months; cablewhich has been stored on a reel at ambient temperature in a temperature controlled roomis acceptable. Test apparatus, procedure and reporting is defined in ASTM D1876, except that the Aluminum and or Aluminum-Alloy Sheet or Plateshall be a cured polyurethane block, rather than a metal strip. Anyalternate adhesion tests must be approved by NAVSEA. The required adhesion value shall be: Adhesion Value - lbf/in of width, minimum: 15 Polyurethane shall be selected from NAVSEAS9320-AM-PRO-020 allowable molding systems. To every extent possible,; DATE OF FIRST SUBMISSION=030 DAC ;A FAT PLAN SHALL BE DEVELOPED AND SUBMITTED FOR APPROVAL/DISAPPROVAL IAW REQUIREMETNS DENOTED IN NOTE 18 OF DWG 7454380. ; DATE OF FIRST SUBMISSION=030 DAC ;TEST RESULTS AND COCS SHALL BE DELIVERED TO THE ISEA VIA ADDRESS IN NOTE 3 OR VIA ALTERNATE METHOD AS SPECIFIED BY ISEA. REQUIREMETNS DENOTED IN NOTE 18 OF DWG 7454380. ; DATE OF FIRST SUBMISSION=030 DAC Submit before material delivery a Certificate of Compliance per DI-MISC-81356 to Block 14 addresses. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National Stock Number and Item Nomenclature specified in the schedule of Supply/Services. ;MOLD, FABRICATE, AND INSPECT PER NAVSEA S9320-AM-PRO-020/MLDG. IAW NOTE 9 DWG 7454380.; DATE OF FIRST SUBMISSION=030 DAC ;MOLD BOOT DIMENSIONS ARE SHOWN IN NOTE 18 DWG 7454380.; DATE OF FIRST SUBMISSION=030 DAC ;VENDOR SHALL DEVELOP A 100% PRODUCTION LOT QUALITY CONFORMANCE TESTING PLAN AND SUBMIT FOR APPROVAL/DISAPPROVAL IN ACCORDANCE WITH NOTE 18 OF 7454380 AND NAVSEA S9320-AM-PRO-020/MLDG.; ;QUALITY CONFORMANCE TESTING PLAN SHALL INCLUDE ALL ELEMENTS OF NOTE 18, A THROUGH G.; DATE OF FIRST SUBMISSION=030 DAC ;CERTIFICATE OF CONFORMANCE IS IN ADDITION TO QUALITY CONFORMANCE TEST RESULTS. CERTIFICATE OF CONFORMANCE SHALL SPECIFY CABLE ASSEMBLIES MEETS OR EXCEEDS ALL REQUIREMENTS OF VICD AND PASSES ALL QUALITY TESTS. CERTIFICATES OF CONFORMANCE SHALL PROVIDED FOR EACH MANUFACTURED CABLE AND DELIVERED TO THE ISEA.; DATE OF FIRST SUBMISSION=030 DAC ;VENDOR SHALL CONDUCT QUALITY CONFORMANCE TESTING TO VERIFY COMPLETED CABLE ASSEMBLY MEETS OR EXCEEDS REQUIREMENTS OF VICD 7454380 AND NAVSEA S9320-AM-PRO-020/MLDG.; TWO (2) COPIES OF THE QUALITY CONFORMANCE TEST RESULTS ARE REQUIRED PER UNIT DELIVERED TO THE GOVERNMENT. ONE WILL ACCOMPANY THE ASSEMBLY AND THE OTHER SHALL BE FORWARDED TO THE ISEA, NUWC KEYPORT. CONTRACTS WITH MULITIPLE ORDERS UPON REQUEST AND APPROVAL OF THE PCO BATCH THE TEST RESULTS FROM A SINGLE PRODUCTION RUN AND SUBMIT A CONSOLIDATED REPORT TO THE ISEA. REPORTS SHIPPED WITH UNITS SHALL BE INSIDE THE PACKAGING.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6dcf01bdb52043df8c0de9e0dd583677/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06307132-F 20220427/220425230101 (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.