Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2024 SAM #8216
SOLICITATION NOTICE

59 -- MODIFIED CPU CARD

Notice Date
5/24/2024 12:54:11 AM
 
Notice Type
Solicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QFB24
 
Response Due
6/14/2024 1:30:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Telephone: 7176052147
 
E-Mail Address
BENJAMIN.SPANGLER@NAVY.MIL
(BENJAMIN.SPANGLER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.49|WYB|7176052147|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|S3306A|SV3216|TBD|FBW-SFCC|N/A|N/A|N39040 - Certifications |N/A|N/A|SEE DD FORM 1423 |Benjamin.t.s pangler.civ@us.navy.mil| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|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.||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 and A002(Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. 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 here in. 3. This is a sole source requirement. 4. Vendor will comply with NAVSUPWSS24LN or NAVSUPWSS25LN, CAV NAVSUP text. 5. Please submit: NOT TO EXCEED (NTE) pricing or FIRM FIXED PRICE (FFP). Pleasealso provide an approximate cost of new item if available. 6. A beyond repair/beyond economical repair price shall also be provided in addition to the repair price at the time of submission of quote. 7. Do not include the cost for shipping material as the government-implemented shipping system or ATAC will be shipping/delivering material. 8. After award, a repair proposal shall be submitted to NAVSUP WSS PCO and order will be definitized for the final repair cost and extend delivery. 9. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 10. This requirement includes a confidential drawing. The confidential nature includes a DD254 requirement. 1. SCOPE 1.1 The material identified in this contract/purchase order will be used in a crucial shipboard system; therefore this material has been designated as a Naval Critical Safety Item (CSI) and identified with a Special Material Identification Code (SMIC) which identifies this NIIN as a Fly-By-Wire (FBW) Submarine Flight Critical Component (SFCC). A CSI is any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence may cause a catastrophic or critical failure resulting in loss or serious damage to the ship, or unacceptable risk of personal injury or loss of life. As such, special control procedures are invoked to assure 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. DOCUMENT REF DATA=MIL-STD-1686 | | |C |951025|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | | |940701|A| | | DOCUMENT REF DATA=MIL-Q-9858 | | |A |950905|A|3 | | DOCUMENT REF DATA=ISO10012 | | | |080415|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| | | 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 markingsto each unit throughout refurbishment. 3.1.2 RE-USEABLE PARTS - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 NON-USEABLE PARTS - Any parts of the original assembly that are not usable (replacement is necessary) must be in accordance with this TDP (Technical Data Package). 3.1.4 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;03538 77A122491G1; , except as amplified or modified herein. This applies to all ""Parts Requiring Certification"" as identified elsewhere in this Contract/Purchase Order. 3.1.5 Additional SOW Requirements - ;N/A; 3.2 Electrostatic Discharge Control - The Contractor must comply with the electrostatic discharge control requirements established in MIL-STD-1686. 3.3 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 3.4 NAVSEA T9044-AD-MAN-010 REQUIREMENTS MANUAL FOR SUBMARINE FLY-BY-WIRE SHIP CONTROL SYSTEMS - All applicable elements of NAVSEA T9044-AD-MAN-010 for which the contractor must comply, are included in this contract or purchase order. NAVSEA T9044-AD-MAN-010 is for official use only and distribution is to comply with Distribution Statement D. 3.5 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. 3.5.1 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 Major or Minor. The Contractor must provide a copy of this request to the QAR. Requests for Waivers/Deviations must be prepared using form LI/DSS/SFCC WD-1 (Local) or in Contractor format, and must include the following information: a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of 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. e. All major deviations or waivers (non-conformances) must be submitted to the NAVSEA Submarine Program Manager for disposition. 3.5.2 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. 3.6 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 ^ 3.7 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with MIL-I-45208, MIL-Q-9858, or ISO9001:2008 (except as amplified or modified herein) with the calibration system requirements of MIL-STD-45662, ISO10012, or ANSI-Z540.3. Quality systems in accordance with ISO9001:2000, ISO9001:1994, or ISO9002:1994 are acceptable alternates. 3.7.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.7.2 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. 3.7.3 See CDRL DI-QCIC-81110 (INSPECTION SYSTEM/QA PROCEDURE) - All suppliersof Fly-By-Wire (FBW) 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. 3.7.4 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. 3.7.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.8 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. 3.8.1 The supplier's calibrated gages that measure 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. 3.8.2 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. 3.9 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."" 3.10 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.10.1 Visual examination upon receipt to detect damage during transit. 3.10.2 Inspection for completeness and proper type. 3.10.3 Verification of material quality received. 3.10.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.10.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.10.6 Identification and protection from improper use or disposition. 3.10.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.10.8 For GFE material, and as required by the terms of the bailment agreement the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.10.9 Material returned to the contractor must be handled as GFM. 3.11 Traceability and Certification Requirements - To assure that correct materials are installed in FBW SCS SFCC systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.11.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-80678 and elsewhere in the contract/purchase order. 3.12 Material Traceability - Material traceability codes must be permanently applied to the material and annotated on test reports for each individual SFCC. Traceability marking must be a unique vendor traceability number/code, or a combination thereof to maintain complete traceability to certification OQE. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13 Receiving Inspection: 3.13.1 SFCC certifying activities must conduct material receipt inspections of all SFCCs and SFCC components to ensure they meet the form and fit requirements of the invoked specifications. Further, SFCCs must be receipt inspected in accordance with the material specification requirements invoked in this contract/purchase order and all contractually invoked waivers, deviations, and engineering changes. 3.13.2 Receipt inspection processes must be performed using approved formal inspection procedures that specify the SFCC attributes and the inspections and tests that are required. 3.13.3 SFCC certifying activities must conduct functional performance testing on all SFCCs to verify the individual SFCCs meet the invoked system and component performance specification. 3.13.4 SFCC material receipt inspection and functional performance testing procedures must be developed by SFCC certifying activities and submitted to the Submarine Program Manager for approval with the concurrence of NAVSEA 05Z and 07Q. The SFCC Receipt Inspection and Performance Test procedures must specify the applicable accept and reject criteria for each SFCC and provide direction for performing the inspections and testing and recording the results. 3.14 Material Handling: 3.14.1 Material handling and control procedures must provide methods for controlling SFCCs from fabrication and certification through issue, receipt, and inspection. 3.14.2 FBW SCS SFCCs that are awaiting or undergoing manufacture, inspection, or awaiting or undergoing certification, must be physically segregated from accepted, rejected, or non-SFCCs to prevent commingling and unauthorized use. Segregation may be accomplished by use of separate cages, racks, bins, shelves, boxes, or roped-off areas that are distinctly marked for FBW SCS SFCCs. 3.14.3 Material control tags must be used to positively identify FBW SCS SFCCin transit to avoid unauthorized movement, commingling, and improper use. 3.14.4 Staging of FBW SCS SFCCs with other electronic components is acceptable for a specific job or fabrication process involving more than one component, provided the component is clearly marked as required and the component for the specific job or fabrication process is grouped together, identified by the job or process number, and segregated from components grouped for other processes or jobs. 3.14.5 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.14.6 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.14.7 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operation would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of material during processing. 3.15 Inspection: 3.15.1 Material Sampling - SFCC material must be inspected for form, fit, and function based on a sample size of 100 percent of the lot. 3.15.2 All material must be 100% inspected for traceability marking and that marking is legible. 3.15.3 Material certification data forwarded by the manufacturer must containa signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.15.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as ""to the best of our knowledge"" or ""we believe the information contained herein is true"" are not acceptable. 3.16 Material Marking for Traceability and Identification - The following are minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking with a traceability code is required. All traceability marking must be permanently applied except as specified below. An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.16.1 SFCCs must be marked with the Special Material Identification Codes (SMIC) appended to their NSN. VIRGINIA Class SFCCs must have a VU SMIC as part of the NSN and SEAWOLF Class SFCCs must have a SW SMIC as part of their NSN. There are selected SEAWOLF Class SFCCs that are identical to VIRGINIA Class SFCCs and these SFCCs will have the VU SMIC instead of the SW SMIC. Unique serial numbers for each SFCC (e.g., vendor-supplied part and serial numbers) must be used for status accounting, configuration control, and certification traceability. Altering of SMIC marking is prohibited except to make documented corrections. 3.16.2 Traceability markings for items with precision machined or plated surfaces or material with suitable marking surface areas less than 3/8 inches square (either 3/8"" x 3/8"" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.16.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. 3.16.4 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.17 Retention of records: Disposal of SFCC records must only be accomplishedwith the approval of the NAVSEA Submarine Program Manager. 3.18 See CDRL DI-MISC-80678 (FBW CERTIFICATE OF INSPECTION) - The certificate of inspection and tests for Fly-By-Wire Critical Safety Item Material must contain: 1. A statement equivalent to the following: All SFCC certification attributes, inspections and performance verification testing associated with this SFCC has been accomplished and meet the Requirements Manual for Submarine Fly-By-Wire Ship Control Systems and invoked standards and specifications. This SFCC material is considered acceptable for use in submarine FBW SCS Flight Critical Applications. 2. Contractors name, address, phone number and date. 3. Contract number and delivery order number if applicable. 4. Unique serial number applied to each SFCC. 5. Government nomenclature (noun name) of item supplied. 6. SFCC NSN with SMIC appended to the end of the NSN. 7. Contractor part number. 8. Revision level. 9. Name and location of the certifying activity. 10. Date certified printed name and legible signature of the certifying official. 11. If FBW SCS tactical software is preloaded on the SFCC, the software revision level loaded on the SFCC must be marked on the SFCC and indicated on the accompanying certification statement. Any non-conformances that do not degrade the performance or acceptability of the SFCC must be indicated on the certification statement. 3.19 See CDRL DI-MISC-80678 (FBW CERTIFICATION TEST REPORT OQE) - Certification test report OQE to be kept on file by the certifying activity. 1. The SFCC NSN and the SMIC. 2. The government noun nomenclature. 3. Contractors part number. 4. The assigned unique serial number. 5. All performance test results. 6. The programming history of this item. 7. The repair history of this item. 8. Any non-conformances for this item. 4. QUALITY ASSURANCE 4.1 Notes to the local Government Representative (DCMA QAR or SUPSHIP) and the Contractor 4.1.1 DCMA QAR/SUPSHIP - All nonconformances to contractual requirements must be submitted to the Procurement Contracting Officer (PCO) in accordance with the configuration control requirements of this contract/purchase order. A nonconformance is defined as affecting or violating the following: A) The requirements of this contract/purchase order. B) Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). C) Contractually invoked federal, military, or commercial specifications and/orstandards. D) Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 4.1.2 DCMA QAR and the Proprietary Contractor - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. Whenthere is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.3 DCMA QAR and the Proprietary Contractor - All records of departures from Contractor imposed requirements must be maintained and available for review atthe Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicable part numberand contract number must be submitted to the PCO. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Terms and Definitions: 6.1.1 Objective Quality Evidence (OQE) - Any statement of fact, either qualitative or quantitative, pertaining to the quality of a product or service based on observations, measurements, or tests which can be verified. (Evidence will be expressed in terms of specific quality requirements or characteristics. These characteristics are identified in drawings, specifications and other documents which describe the item, process or procedure.) 6.1.2 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.3 Verification - An examination performed to determine compliance with a specific requirement. 6.1.4 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.5 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use ""as is"" or after repair by an approved method. 6.1.6 FBW Major Waiver/Deviation - A waiver/deviation consisting of a departure involving a non-conformance affecting a FBW SCS component functional design characteristic or SFCC certification (e.g. damaged SFCC, invalid SMIC, or invalid Certificate of Conformance). If the non-conformance changes an FBW SCS component functional design characteristic, it must be classified as Major. If the non-conformance affects SFCC certification, it must be classified as Major. Examples of this would include installation of SFCCs without a valid Special Material Identification Code or Certificate of Conformance, damaged SFCCs, or SFCCs that might have been used in a non-SFCC location. If the non-conformance affects FBW system functional design characteristic, it must be classified as Major. 6.1.7 FBW Minor Waiver/Deviation - MINOR non-conformances are any that do not meet the above definition of MAJOR non-conformances. 6.1.8 Engineering Change (EC): A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.9 Engineering Change Proposal (ECP): A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.10 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.11 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.2.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Ordering Information for Document References - T...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/460c0e5af0b44a32afb98b4df76b35a8/view)
 
Record
SN07076788-F 20240526/240524230049 (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.