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

48 -- VALVE ASSEMBLY

Notice Date
5/13/2022 2:44:57 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM122QPQ60
 
Response Due
5/27/2022 11:00:00 AM
 
Archive Date
06/11/2022
 
Point of Contact
Telephone: 2157373962
 
E-Mail Address
KENNETH.LAUBER@DLA.MIL
(KENNETH.LAUBER@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| EQUAL OPPORTUNITY (SEP 2016)|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|||||||||||||| 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|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| This solicitation is being issued under SEPA Authority. This is an FMS requirement, therefore; Surplus is not acceptable. Evaluation for the award of proposed requirement will be based upon the lowest aggregate total price submitted for the total quantity. Drawings for this solicitation can be accessed via the website, www.SAM.gov. Click the Search button and type the solicitation number in the box and hitenter. Links to the solicitation should follow on the right. Click the BLUELINK with the name of the item that is identified as the ""UpdatedSolicitation"". Click to the left on ""Attachments/Links"" which will take you tothe link to request access to the drawings. Drawing access request should besubmitted by the Data Custodian listed on your approved DD2345. Only the datA custodian will be granted access to the controlled drawings. If there are problems accessing the drawings, please contact the buyer listed. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. Please email copy of proposal to kenneth.lauber@dla.mil \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE ASSEMBLY . 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=2502774 |10001|BB|FN |D|0001 | |49998|0110219 DRAWING DATA=2505604 |10001| V|FN |D|0001 | V|49998|0022914 DRAWING DATA=2507294 |10001|BB|FN |D|0001 |BB|49998|0426861 DRAWING DATA=2509084 |10001| Y|FN |D|0001 | |49998|0114189 DRAWING DATA=2510003 |10001| C|FN |D|0001 | C|49998|0013925 DRAWING DATA=2510191 |10001| E|FN |D|0001 | E|49998|0015442 DRAWING DATA=2510192 |10001| E|FN |D|0001 | E|49998|0023170 DRAWING DATA=5205453 |53711| P| |D|0001 | |49998|0016807 DRAWING DATA=5893766 |53711| E|DOC|D|0001 | E|49998|1767483 DRAWING DATA=5893887 |53711| C|FN |D|0001 | C|49998|0013437 DRAWING DATA=5893888 |53711| C|FN |D|0001 | C|49998|0012090 DRAWING DATA=5893890 |53711| G|FN |D|0001 | G|49998|0036501 DRAWING DATA=5893894 |53711| F|FN |D|0001 | F|49998|0033619 DRAWING DATA=5893898 |53711| F|FN |D|0001 | F|49998|0018001 DRAWING DATA=5893899 |53711| C|FN |D|0001 | C|49998|0014417 DRAWING DATA=5893929 |53711| D|FN |D|0001 | D|49998|0013721 DRAWING DATA=6114181 |53711| H|FN |D|0001 | |49998|0042361 DRAWING DATA=6813086 |53711| C|FN |D|0001 | C|49998|0060812 DRAWING DATA=6813086 |53711| C|PL |D|0001 | C|49998|0006389 DRAWING DATA=6813087 |53711| C|FN |D|0001 | C|49998|0030426 DRAWING DATA=6813087 |53711| C|PL |D|0001 | C|49998|0006153 DRAWING DATA=6813088 |53711| C|FN |D|0001 | C|49998|0042267 DRAWING DATA=6813089 |53711| C|FN |D|0001 | C|49998|0037395 DRAWING DATA=6813090 |53711| F|FN |D|0001 | F|49998|0040579 DRAWING DATA=6813091 |53711| E|FN |D|0001 | E|49998|0049985 DRAWING DATA=6934998 |53711| C|FN |D|0001 | C|49998|0022874 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 VALVE ASSEMBLY furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;53711 6813086; 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 Serialization - The supplier shall mark a serial number on each VALVE ASSEMBLY in accordance with ;IAW DWG 6813086 REV C NOTE 5. 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 ; . 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/16bad68e0b1c4ec782123b25a24ff782/view)
 
Record
SN06326945-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.