Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2024 SAM #8142
SOLICITATION NOTICE

58 -- 58--HYDROPHONE ASSEMBLY- AND SIMILAR REPLACEMENT PARTS

Notice Date
3/11/2024 5:27:41 AM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424RNB89
 
Response Due
3/20/2024 3:00:00 PM
 
Archive Date
04/04/2024
 
Point of Contact
Telephone: 7176054866
 
E-Mail Address
HEATHER.JONES2@NAVY.MIL
(HEATHER.JONES2@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|TBD|||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE COMBO|N/A|WILL BE LISTED IN THE AWARD PROCESSING SCREEN UNDER SPECIAL CONSIDERATIONS.|N00104|WILL BE LISTED IN THE AWARD PROCESSING SCREEN UNDER SPECIAL CONSIDERATIONS.|TBD|SEE SCHE DULE|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|ISO9001|ALL CLINS||45 DAYS|NAVSUP WSS 5450 CARLISLE PIKE BLDG 312, N94, MECHANICSBURG, PA 17055|||30 DAYS||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334290|800|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is for the procurement of new material. Proposals submitted via NECO are not acceptable. Vendors must complete, signand return a copy of the RFP by including it as an attachment to an emaildirected to the Contract Specialist at heather.jones2@navy.mil. Inspection of material will be at: _____________________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________________ This procurement includes DD1423 Contract Data Requirements with 2 distinct First Article Tests as well as 100% Production Lot Test as noted in the TDP. Please ensure your proposal encompasses all aspects of the procurement. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to this procurement are consideredto be ""issued"" by the Government when copies are either deposited in the mail,transmitted by facsimile, or sent by other electronic commerce methods, such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. In accordance with DFARS 217.7301, Contractors shall identify their sources ofsupply in contracts for supplies. If the item currently being procured is anon-value added item, please provide: Actual Manufacturer: Cage Code: Address: Delivery Lead Time: __________________________ If incremental deliveries are possible, please provide a proposed schedule to include specific delivery times for all units. Offer valid for ___________________ days. Please provide email address for follow-up communications_______________________________________. Packaging location if different than Offeror: Name/Cage ___________________________________________ Address______________________________________________ SURPLUS MATERIAL NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: A surplus material certificate and label MUST accompany your quotation forsurplus/new surplus/new manufactured surplus material. ALL surplus materialMUST have traceability back to a Government contract in order to be consideredfor award. Without this information we are unable to determine when theGovernment purchased and inspected the item and therefore, we cannot be assuredof technical acceptability. If submitting your quotation via EDI, a faxed or email copy of the surpluscertificate, along with a photo of the box and label MUST be sent to the buyerASAP. HIGHER LEVEL REQUIREMENT This order requires a Higher Level Inspection. 12647 Sensor Heads (NIIN 015717376) will be provided as Government Furnished Material. BILATERAL CONTRACT AWARD The resultant award of this solicitation will be issued bilaterally, requiringthe contractor's written acceptance prior to execution. PRO-20 APPROVED VENDORS ONLY: NAVSEA S9320-AM-PRO-020/MLDG R2 qualification is required. TRACEABILITY: IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMIT FULLTRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HYDROPHONE 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=8482297 |53711| -|SP |D|0001 | -|49998|1711708 DRAWING DATA=8750298 |53711| -| |D|0001 | -|49998|0369924 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the HYDROPHONE ASSEMBLY furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;8750298 & 8482297; cage ;53711; . 3.1.1 ;PN: 218069826; 3.2 ;Hydrophones (Item 2, PN: 8192622-503) for cable assemblies 1A and 1B shall be procured from the qualified source(s) identified on NAVSEA Drawing 53711-8750298.; 3.3 ;Source Control Item - Previous delivery of this specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item currently approved by the Government will be considered for this award. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. Qualification and testing requirements are extensive and time consuming. To maintain appropriate stock levels and prevent work stoppage, a prospective contractor must be determined to be qualified by the engineering activity prior to submitting offer. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualification to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation, possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. Your interest will be forwarded to the In-Service Engineering Agent (ISEA) responsible for this item.; 3.3.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.3.2 ;Item is NAVY SMIC WN, defined as the following: Submarine outboard cable assembly that must be in compliance with molding manual NAVSEA S9320-AM-PRO-020/MLDG. Product must be manufactured by a PRO-020 certified vendor with a copy of a Test Inspection Report accompanying each cable assembly delivered. The manual provides minimum guidelines for cable assembly molding, inspection, and testing. Vendors are audited for compliance with personnel training/certification requirements, safety and environmental controls, and equipment requirements.; 3.4 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.5 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.) 3.5.1 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. 3.6 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. 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HYDROPHONE 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=8482297 |53711| -|SP |D|0001 | -|49998|1711708 DRAWING DATA=8750298 |53711| -| |D|0001 | -|49998|0369924 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the HYDROPHONE ASSEMBLY furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;8750298 & 8482297; cage ;53711; . 3.1.1 ;PN: 218069824; 3.2 ;Hydrophones (Item 2, PN: 8192622-503) for cable assemblies 1A and 1B shall be procured from the qualified source(s) identified on NAVSEA Drawing 53711-8750298.; 3.3 ;Source Control Item - Previous delivery of this specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item currently approved by the Government will be considered for this award. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. Qualification and testing requirements are extensive and time consuming. To maintain appropriate stock levels and prevent work stoppage, a prospective contractor must be determined to be qualified by the engineering activity prior to submitting offer. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualification to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation, possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. Your interest will be forwarded to the In-Service Engineering Agent (ISEA) responsible for this item.; 3.3.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 3.3.2 ;Item is NAVY SMIC WN, defined as the following: Submarine outboard cable assembly that must be in compliance with molding manual NAVSEA S9320-AM-PRO-020/MLDG. Product must be manufactured by a PRO-020 certified vendor with a copy of a Test Inspection Report accompanying each cable assembly delivered. The manual provides minimum guidelines for cable assembly molding, inspection, and testing. Vendors are audited for compliance with personnel training/certification requirements, safety and environmental controls, and equipment requirements.; 3.4 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.5 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.) 3.5.1 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. 3.6 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. 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HYDROPHONE ASSEMBLY ....
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f21e55adaf054e379a666381af736cb4/view)
 
Record
SN06992738-F 20240313/240311230043 (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.