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 -- 48--VALVE,CHECK, IN REPAIR/MODIFICATION OF

Notice Date
5/13/2022 6:05:10 AM
 
Notice Type
Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010422QZA98
 
Response Due
6/8/2022 9:00:00 PM
 
Archive Date
06/24/2022
 
Point of Contact
Telephone: 7176057562
 
E-Mail Address
AMANDA.SWIGONSKI@NAVY.MIL
(AMANDA.SWIGONSKI@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|see specification sections C & E | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| REPAIR DELIVERY (FIRM FIXED PRICE)|1|250| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|N/A|N/A|Material - S4306A|N/A|N/A |see DD1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| FIRM FIXED PRICE REPAIR PURCHASE ORDERS|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| 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||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|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|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is a limited competitive repair requirement. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government. 2. The resultant award of this solicitation shall be issued bilaterally,requiring the contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS AFTER CONTRACT AWARD PRIOR TO PERFORMING RADIOGRAPHY. REVIEW (APPROVAL/DISAPPROVAL) MUST BE ACCOMPLISHED WITHIN 30 DAYS FROM DATE OFRECEIPT. PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RADIOGRAPHIC SHOOTINGSKETCHES. REVIEW (APPROVAL/DISAPPROVAL) MUST BE ACCOMPLISHED WITHIN 30 DAYS FROM DATE OFRECEIPT. Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 workingdays after receipt of Certification DD 1423 CDRLs. Final delivery of material shall be on or before 250 days after the effective date of the resulting contract. 4. Drawings associated with this solicitation will be made available athttps://sam.gov/content/home. Drawings have restricted access which needs to be approved. Once access hasbeen requested, interested vendors should email the POC listed on thesolicitation to inform them of the request. 5. All transportation to/from the repair site will be paid for by the US Navy. 6. The contract shall comply with the Comercial Asset Visibility (CAV) of the asset(s) in the order in accordance with NAVSUPWSSFA24. 7. Offers shall be submitted as Firm Fixed Price for the full repair effortbased on the Repair Instruction or SOW. Please include the following: a. Teardown and Evaluation rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 8. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant repair areconsidered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or send by other electronic commercemethods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual details as detailed herein. 9. Any contract/order awarded as a result of this solicitation will be a ""DO""rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating forNational Defense, Emergency Preparedness, and Energy Program Use. 10. When submitting offers, make sure to specify any exceptions, i.e. MIL-STDpackaging, MIL-STD labeling, inspection and acceptance locations, packaginghouses, surplus material, etc. If no exceptions are indicated or received,award will be issued upon the solicitation requirements. Changes or requestsfor changes after award will require consideration costs deducted from the unit price. 11. 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. Price Reductions Any assets for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a reconciliation modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Governments right to terminate for default. Reconciliation A reconciliation modification will be issued after final inspection andacceptance of all assets inducted under this contract. The parties have agreedto a price (shown on the schedule page) for each unit at the negotiated RTAT.Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. \ 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. 2.2.1 Specification Revisions - The specification revisions listed under ""Documents 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. 2.2.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=7108571 |53711| A| |D|0000.COV | A|49998|0044705 DRAWING DATA=7108571 |53711| A| |D|0001 | A|49998|0691049 DRAWING DATA=7108571 |53711| A| |D|0002 | A|49998|0367400 DRAWING DATA=7108571 |53711| A| |D|0003 | A|49998|0625190 DRAWING DATA=7108571 |53711| A| |D|0004 | A|49998|0874071 DRAWING DATA=7108571 |53711| A| |D|0005 | A|49998|0798509 DRAWING DATA=7108571 |53711| A| |D|0006 | A|49998|0878184 DRAWING DATA=7108571 |53711| A| |D|0007 | A|49998|0844913 DRAWING DATA=7108571 |53711| A| |D|0008 | -|49998|0548787 DRAWING DATA=7108571 |53711| A| |D|0009 | -|49998|0387671 DRAWING DATA=7108571 |53711| A| |D|0010 | -|49998|0593726 DRAWING DATA=7108571 |53711| A| |D|0011 | -|49998|0578673 DRAWING DATA=7108571 |53711| A| |D|0012 | -|49998|0432842 DRAWING DATA=7108571 |53711| A| |D|0013 | -|49998|0257042 DRAWING DATA=7108571 |53711| A| |D|0014 | A|49998|0667307 DRAWING DATA=7108571 |53711| A| |D|0015 | A|49998|0527259 DRAWING DATA=7108571 |53711| A| |D|0016 | -|49998|0628777 DRAWING DATA=7108571 |53711| A| |D|0017 | -|49998|0676313 DRAWING DATA=7108571 |53711| A| |D|0018 | A|49998|0773315 DRAWING DATA=7108571 |53711| A| |D|0019 | -|49998|0524604 DRAWING DATA=7108571 |53711| A| |D|0020 | A|49998|0589397 DRAWING DATA=7108571A11 |53711| A|ER |D|0001 | A|49998|2248725 DRAWING DATA=7108571A12 |53711| A|ER |C|0001 | A|49998|0759976 DRAWING DATA=7108571A13 |53711| A|ER |D|0001 | |49998|6706857 DRAWING DATA=7108571A4 |53711| A|ER |D|0001 | A|49998|0070474 DRAWING DATA=7108571A7 |53711| A|ER |D|0001 | A|49998|0324224 DRAWING DATA=7108571A8 |53711| A|ER |D|0001 | A|49998|0327707 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=ASTM-B124 | | | |200401|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-A494 | | |A |141001|A| | | DOCUMENT REF DATA=ASTM-A582 | | | |170315|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24252 | | |E |061108|F| | | DOCUMENT REF DATA=MIL-C-24723 | | | |890607|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|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 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markings to each unit throughout refurbishment. 3.1.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification a and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.1.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications are not required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications are not available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.1.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identified above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.1.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Complete 2 inch Pneumatic-Vent Check Valve Male Threaded for Union Nuts for AIR and SEAWATER service 4500 psi to be in accordance with NAVSEA DRAWING 845-7108571 Assembly C, Submarine Maintenance Standard 5510-081-291 (CSD364), and all Engineering Reports invoked; , except as amplified or modified herein. This applies to all ""Parts Requiring Certification"" as identified elsewhere in this Contract/Purchase Order. 3.1.6 ADDITIONAL SOW REQUIREMENTS - ;N/A; 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD323, CSD364; in ECDS at https://register.nslc.navy.mil/ 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Item 3; Material - ;Cast, MIL-C-24723, Composition M-30H (with the applicable requirements of ASTM-A494) or Forged, QQ-N-281, Class A, cold drawn (stress relieved) or hot finished (as hot finished or stress relieved) with the following minimum properties: Tensile Strength 80000 PSI Yield Strength 40000 PSI at 0.2 percent offset Minimum elongation per QQ-N-281; Part - ;Cap, Item 10 and Needle Seat, Item 15; Material - ;QQ-N-281, Class A, Cold Drawn, Stress Relieved; Part - ;Nut, Item 12; Material - ;QQ-N-281, CLASS A, HOT FINISHED ANNEALED; Part - ;Deflector, Item 14; Material - ;QQ-N-281, Class A; Part - ;Cap, Item 16; Material - ;ASTM-A582, Type 303/303SE, UNS S30300/S30323; Part - ;Needle, Item 17; Material - ;MIL-DTL-24252, Composition 1, Condition CA-7; Part - ;Poppet, Item 41; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened, UNS N05500 or Form 7, Annealed and Age Hardened, UNS N05500; Part - ;Housing, Item 44; Material - ;ASTM-B124, ALLOY C63200 or ASTM-B150, ALLOY C63200; 3.4 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 - ;Production Test; Item - ;Each Assembly; Performance - ;Paragraphs 1.p, 1.r, 1.s, 1.t of Maintenance Standard 5510-081-291; Acceptance - ;Paragraphs 1.p, 1.r, 1.s, 1.t of Maintenance Standard 5510-081-291; Test - ;Wall Thickness Inspection; Item - ;Body, Item 3; Performance - ;Enclosure (3) and (4) of CSD 323; Acceptance - ;Enclosure (3) of CSD 323; Test - Ultrasonic Inspection Item - ;Needle, Item 17; Performance - MIL-STD-2132 and MIL-DTL-24252 Acceptance - MIL-DTL-24252 Test - Dye Penetrant Inspection Item - ;Needle, Item 17; Performance - MIL-STD-2132 Acceptance - MIL-DTL-24252 Attribute - Annealing and Age Hardening Item - ;Poppet, Item 41; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 3.5 ;Both Radiography and Radiographic Shooting Sketches (RSS) approval are required on body, item 3; Additionally, Navy review and approval of the RSS is required for guide, item 40.; 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 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. 3.7.1 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. 3.7.2 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. 3.7.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.8 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 / -0 PSIG. 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 the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests 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. 3.9 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/ 3.10 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3"" dia, the mechanical properties of Hex Bar apply. 3.11 ;THE ORIGINAL MELTER, MELTER/CONVERTER AND CONVERTER OF MIL-DTL-24252 MATERIAL MUST BE QUALIFIED IN ACCORDANCE WITH PARAGRAPH 3.2.6 OF MIL-DTL-24252.; 3.12 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 887245345; ) 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. 3.13 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 welding and brazing. Repair welding is not permitted ;on MIL-C-24723 Composition M30H, MIL-DTL-24252, and QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.14 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. 3.15 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 3.16 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. 3.16.1 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. 3.17 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. 3.17.1 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. 3.17.2 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/ 3.17.3 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. 3.18 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.19 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. 3.20 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. 3.20.1 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. 3.20.2 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 representative. 3.20.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.20.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.20.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.21 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.21.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.21.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.22 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: ""A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately."" 3.22.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.22.2 Each sub-tier supplier of mater...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5f711bdf9ce4434be97ea76dfae1c9c/view)
 
Record
SN06326948-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.