Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

13 -- 13--CASE,AFTERBODY TORP

Notice Date
5/13/2022 12:59:54 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
N0010422QZA77
 
Response Due
6/5/2022 10:00:00 PM
 
Archive Date
06/21/2022
 
Point of Contact
Telephone: 7176052982
 
E-Mail Address
BRITTANY.A.LANGLETZ@NAVY.MIL
(BRITTANY.A.LANGLETZ@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.8|CFADD|717-605-2982|brittany.a.langletz@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| INSPECTION/ACCEPTANCE POINT|6||||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001AA|Four (4)|632|CLIN 0001AB|Four (4)|632||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Combo invoice and receiving report|N/A|To Be Determined (TBD)|N00104|TBD|TBD|CLIN 0001AA - W25G1U CLIN 0001AB - W62G2T|TBD|N/A|TBD|N/A|N/A|N/A|N/A|N/A|866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|334511|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to update the TDP. 1. This solicitation is for the procurement of eight (8) NSN: 3HD 1355 01561082, CASE, AFTERBODY TORP. 2. The IWST has determined that the 30 July 2018 Class Determination andFindings (D&F) for the Use of Special Emergency Procurement Authority (SEPA)and that the criteria in Paragraph 3 thereof are met. Proceed with the use oSEPA as appropriate. The carcass(es) are available for repair. 3. Proposal to be submitted as firm-fixed-price. 4. When submitting quotes, specify any exceptions, i.e. MIL-STD packaging,MIL-STD labeling, inspection and acceptance locations, packaging houses,surplus material, etc. If no exceptions are indicated or received, award willbe based upon solicitation requirements. Changes or requests for changes afteraward will have consideration costs deducted from the unit price. 5. If supplies will be packaged at a location different from the offeroraddress, the offeror shall provide the name, street address, and cage code ofthe packaging facility. 6. If you are not the manufacturer of the material you are offering, you muststate who the manufacturer is (name and cage code) and be able to providetraceability information if requested. Examples of traceability documentatioinclude but are not limited to: purchase order/invoice between you and themanufacturer identifying the part number, revision level and quantities,manufactuerer's packing slip or certification identifying the part number,revision level, and quantities. 7. Source inspection required for this item. Please provide any additionalcosts associated with source inspection into your unit price. 8. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to this procurement are considered ttransmitted by fax, or sent by other electronic commerce methods such asemail. The Government's acceptance of the contractor's proposal constitutesbilateralagreement to ""issue"" contractual documents as detailed herein. 9. The final delivery date for this requirement shall be on or before October 4, 2023. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CASE,AFTERBODY TORP . 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. 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 CASE,AFTERBODY TORP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;6934935; cage ;0F1X1 53711; . 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. ;Key Notes IAW DWG 6934935 Rev ""P"". Note 5: The following sections and views detail and explain the necessary layers and machining required to obtain the final configuration shown on the shroud. Layer 1 (Inner Skin) defined on sheet2. Material: Items 5 and 13, 45?? 5?, Highloop order. RESIN MATERIAL REQUIREMENTS: Item 5 non-MDA Amine Cured Bisphenol F Epoxy Tensile Strength (PSI) 10,000 Minimum Tensile Modulus (PSI) 350,000 Minimum Tensile Elongation (%) 6.0 Minimum Glass Transition Temp. Wet (?F) 200?F Minimum Pigment Optional Layer 2 (Spacers and Ringss) defined on sheet 3. Material: items 1-4. Layer 2 (Adhesive) defined on sheet 3. Matrial: item 7. Layer 3 (Urethance) sheet 4. Material: Urethane (HP Fuller FH3500 or equivalent). MATERIAL REQUIREMENTS: Items 6 or equivalent: Harness Shore D 60 MIN Tensile Strength (PSI) 4,000 MIN Elogation (%) 100 MIN Layer 4 (Outer Skin) defined on sheet 5. Material: items 5 and 13, 54?? 5?, high loop order, pigments carbon black, item 14. Machining requirements of layer 4shown on sheets 5 and 6. Note 8: Dimensions apply prior to appyling resin coat( see not 3). Note 15: Position Rings (Items 1, 2 or 3) against respective shoulders of layer1). Note 17: The radius defining the leading edge (Datum A) SHALL be a circle of radius .020 that tangent to both Datum A and Datum B. Note 20: This demension is determined/validated by the measurement of the mandrel at the specific location all ""HARD"" deimensional tolerances are determined by the dimensioning of the mandrel. Detial ""E"" is to be INK MARKED.; 3.5 Serialization - The supplier shall mark a serial number on each CASE,AFTERBODY TORP in accordance with ;IAW DWG 6934935 Rev ""P"" note 18 serialization is required.; . Actual serial numbers will be assigned ;IAW DWG 6934935 Rev ""P"" note 11 serial numbers shall be obtained from NUWC_NPT_SerialNumbers@navy.mil; . 3.6 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.7 ;Identification Markings: stamp IAW DWG 6934935 Rev ""P"" note 12. DWG 6934935 Rev ""P"" note 18, identify with Unique Identification (UID) IAW MIL-STD-130.; 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. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0191150fb15431bbf8a4895569a05a9/view)
 
Record
SN06326854-F 20220515/220513230100 (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  © 1994-2020, Loren Data Corp.