Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOLICITATION NOTICE

48 -- 48--VALVE ASSEMBLY,MANI, IN REPAIR/MODIFICATION OF

Notice Date
2/6/2024 3:50:12 PM
 
Notice Type
Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010423QZB77
 
Response Due
2/6/2024 12:30:00 PM
 
Archive Date
02/21/2024
 
Point of Contact
Telephone: 7176054608
 
E-Mail Address
MICHAEL.THOMAN1@NAVY.MIL
(MICHAEL.THOMAN1@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|12|150|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material ||TBD|N00104|TBD|TBD|TBD|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|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||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (JAN2023))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| This amendment is being issued to combine two requirements into one and add required clauses. \ This is a repair requirement for the CCRP Program. 1. Offers shall be submitted as Firm Fixed Price for the full repair effort based on the Repair Instruction or SOW. If the contractor is unable to provide a Firm Fixed Price, an estimated Not-To-Exceed Price for the full repair effort will be acceptable. The contractor shall have 90 days to complete ateardown and evaluation of the carcass(es) and submit a Repair Report and Firm Fixed Price offer for the repair. 2. A cost of new price shall also be provided in addition to the repair price. 3. Include in Estimated/Not-To-Exceed Repair Price all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Also, please provide the following: a. Teardown and Evaluation rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: 4. This requirement utilizes Government Furnished Property (GFP). Any GFP located at the contractors facility in storage that can be used for repair of the requirement must be utilized and called out within the final quote. 5. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in this order in accordance with NAVSUPWSSFA24. 6. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant 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. 7. 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 FAR clause 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use). 8. This requirement falls under the Special Emergency Procurement Authority (SEPA)in accordance with 41 U.S.C. 1903 and Class Deviation 2018-O0013 now referred to as Emergency Acquisition Flexibilities (EAF). \ 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.3 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;V3E10041 99517 G B V3D10055 99517 J B F3C10089 99517 N B ATP-S1E10033 99517 E B S1E10033 99517 V B WI-S1E10033 99517 B B; DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=FF-S-86 | | |G |210127|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-A574 | | | |211201|A| | | DOCUMENT REF DATA=ASTM-A581 | | | |950910|A| | | DOCUMENT REF DATA=ASTM-A582 | | | |170315|A| | | DOCUMENT REF DATA=ASTM-F606 | | | |191115|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 5643 | | |V |180101|A| | | 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-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |181118|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191115|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 ;VACCO Drawing number S1E10033 assembly part number S1E10033-02A1, with VACCO Welding Information Document WI-S1E10033 (less Operational Plate, S2D10180-2AD; Tail Piece, S2D10202-6HA; Union Nut, S2D10166-8CA; Tail Piece, S2D10384-3MA; Union Nut, S2D10383-8DA; Tail Piece, S2D10170-6HA; Union Nut, S2D10171- 8CA, and associated O-rings); , 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 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: ;Drawing S1E10033, part number S1E10033-02A1 (manifold assembly); Part - ;Body, item 1; Material - ;SAE-AMS-QQ-S-763, class 304; Part - ;Filter cap, item 2; port adapter (inlet), item 3 and inlet port, (thread piece only), item 12; Material - ;ASTM-A581 or ASTM-A582, type 303; Part - ;Bleed poppet, item 4 and socket head cap screws, items 29, 30 and 32; Material - ;SAE-AMS 5643, condition H-1025; Part - ;Socket head cap screw, item 31; Material - ;Corrosion resistant steel per FF-S-86; Part - ;Socket head cap screw, item 27; Material - ;SAE-AMS-QQ-S-763, 300 series; ;Drawing V3E10041, part number V3E10041-02A (regulator assembly); Part - ;Guide, item 3; seat retainer, item 4; poppet, item 6; poppet, item 13 and bleed poppet, item 15; Material - ;SAE-AMS 5643, condition H-1025; Part - ;Plate, seat, item 21; Material - ;SAE-AMS 5643, condition H-1150; Part - ;Dome cap, item 17 and Plug, item 29; Material - ;SAE-AMS-QQ-S-763, class 304; ;Drawing V3D10055, part number V3D10055-01 and V3D1055-02 (inlet/bypass valves); Part - ;Poppet, item 3; Material - ;SAE-AMS 5643, condition H-1025; Part - ;Bonnet, item 4; Material - ;ASTM-A581 or ASTM-A582, type 303, condition A; ;Drawing F3C10089, part number F3C10089-070 (differential pressure indicator assembly); Part - ;body, item 1; bonnet, item 4 and adjusting screw, item 9; Material - ;ASTM-A582, type 303; Part - ;Piston, item 2; Material - ;SAE-AMS 5643, condition H-1025; 3.3 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 - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;Drawing S1E10033: body, item 1 and socket head cap screw, item 27 Drawing V3E10041: dome cap, item 17 and plug, item 29; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Test - ;Liquid Penetrant Inspection; Item - ;Socket head cap screws, items 27, 29, 30, 31 and 32 of drawing S1E10033; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection; Item - ;Dome Cap, item 17 (plug weldments) of drawing V3E10041; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - 5x Visual Magnification or Dye Penetrant Inspection (root layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - Visual and Dye Penetrant Inspection (final layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Production Tests; Item - ;Each Assembly; Performance - ;In accordance with VACCO Acceptance Test Procedure ATP-S1E10033; Acceptance - ;In accordance with VACCO Acceptance Test Procedure ATP-S1E10033; Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 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. 3.5 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/ 3.6 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 887355428; ) 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. 3.7 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.8 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. 3.8.1 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. 3.8.2 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. 3.8.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.9 Wedge Tensile Test Specimens (Headed fasteners) - A wedge tensile test must be conducted on a Full Size Fastener for each production lot and reported aspart of the Mechanical Properties. The required specimens for the Wedge Tensile Test must be separate fasteners from those required for the Yield Test. 3.9.1 Testing for Socket Head Cap Screws must be in accordance MIL-DTL-1222, paragraphs 4.5.2.3 and 4.5.2.3.1. 3.9.2 Testing for all other Headed Fasteners with a nominal diameter greater than 1/4-inch must be in accordance with ASTM-F606 for grades 5, 8, B7, and B16.For all other grades, the following wedge angles must be used. a. Except as specified in item c below, fasteners with a nominal diameter of 1/4-inch through 1-inch (inclusive) must be tested with a ten degree wedge. b. Except as specified in item c below, fasteners with a nominal diameter over 1-inch must be tested with a six degree wedge. c. Fasteners that are of grades 8, B7, B16, 410, 416, 416Se, 431, and 630 and are threaded within one diameter to the underside of the head must be tested as follows: Sizes 1/4 inch through 3/4 inch (inclusive) Use a six degree wedgeSizes over 3/4 inch Use a four degree wedge d. Fasteners which have passed testing with wedge angles greater than those specified should be considered acceptable. 3.9.3 For fasteners having a length less than the minimum specified in Table 1 of ASTM-F606, one ""test specimen fastener"" must be manufactured from each lot of fasteners and tested to represent that lot. The length of these test specimen fasteners must meet the minimum specified in table 1 of ASTM-F606 but must not exceed it by more than 1/4 inch. Test specimen fasteners must be the same type, style, and diameter as the production lot and must be manufactured from the same starting material, using the same manufacturing techniques as the production lot, and must be heat treated (if required) along with the production lot. 3.10 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.11 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.12 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. 3.12.1 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. 3.13 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. 3.14 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. 3.14.1 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. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.14.3 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. 3.15 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 ^ 3.16 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. 3.17 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.17.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.17.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ""WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC."" WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ."") 3.17.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.17.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.17.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.17.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.17.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.17.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.17.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.17.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.17.11 See CDRL DI-MISC-80678 (Consumed Weld Metal) - A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.17.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.18 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. 3.18.1 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. 3.18.2 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. 3.18.3 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. 3.18.4 This contract provides for the ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/beae936f566e4b178800ccad8ff6f6fd/view)
 
Record
SN06956579-F 20240208/240206230047 (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.