Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

53 -- 53--SCREW,MACHINE

Notice Date
1/13/2021 12:22:58 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QRC07
 
Response Due
1/26/2021 12:00:00 AM
 
Archive Date
02/10/2021
 
Point of Contact
Facsimile: 7175503231
 
E-Mail Address
TONYA.NEARHOOD@DLA.MIL
(TONYA.NEARHOOD@DLA.MIL)
 
Awardee
null
 
Description
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 or ISO 9001 NCSL Z540.3 or ISO 10012| PRODUCTION LOT TESTING (NOV 1992)|1|30| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JAN 2019)(DEVIATION 2019-O0003)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|X|X|X||X|X|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|332722|500|X|X|X|||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|X| AMENDMENT IS BEING ISSUED TO EXTEND THE CLOSING DATE TO 26 JAN 2021 AND UPDATE THE REQUIREMENT TO AMC/AMSC 1G - FULL AND OPEN COMPETITION. THE TDP UPDATE IS SHOWN ON THE FOLLOWING PAGES. THIS PROCUREMENT REQUIRES THE SUCCESSFUL VENDOR TO HAVE A HIGHER LEVEL QUALITY SYSTEM IN PLACE. PRODUCTION LOT TESTING IS ALSO REQUIRED. THE MACHINE SCREW BEING PROCURED SHALL BE MANUFACTURED TO GOVERNMENT DRAWING 4491149-9 REPRESENTED BY GOVERNMENT CAGE 53711. ACCESS TO THE DRAWINGS MUST BE REQUESTED THROUGH CONTRACT OPPORTUNITIES AT WWW.BETA.SAM.GOV. VENDORS MUST BE REGISTERED AT THE SITE AND HAVE ON FILE A CURRENT DD2345 TO BE AUTHORIZED ACCESS TO THE DRAWINGS. QUOTES MUST BE RECEIVED BY THE CLOSING DATE OF 26 JAN 2021 IN ORDER TO BE CONSIDERED. QUOTES MAY BE SUBMITTED ELECTRONICALLY THRU NECO OR SUBMITTED VIA EMAIL TO THE CONTRACT SPECIALIST AT tonya.nearhood@dla.mil. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ AMENDMENT IS ISSUED TO EXTEND THE CLOSING DATE TO 2020 JUNE 26. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. This solicitation is being issued in accordance with Special Emergency Procurement Authority (SEPA). As a result, this procurement is exempt from IUID IAW DFARS 211.274-2(b)(1). Drawings for this solicitation can be accessed via the website, www.Beta.SAM.gov. Select ALL AWARD DATA and search by the solicitation number. The solicitation will include a link to the drawings for view and download. Registration to the website is required to access the drawings. Drawings are normally available within 1 week after the solicitation is posted. If there are problems accessing the drawings after 1 week of the solicitation posting, please contact the buyer listed. Inspection of material will be at: _____________________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________________ Required Delivery is 300 days After Date of Contract. Quoted delivery is ____ days ADC. 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. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Screw, Flat Head; for use on Navy submarines.; 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 ;MIL-I-45208A may be utilized in lieu of ISO9001 and NCSL Z540.3 may be utilized in lieu of ISO10012.; 2.1.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.1.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.4 The ""Document Changes"" section provides supersessions/changes to referenced documents. 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=4491149 |53711| V| |D|0001 | |49998|0461104 DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=FF-S-86E | | | |910116|A|4 | | DOCUMENT REF DATA=MIL-STD-973 | | | |000930|A| |04| DOCUMENT REF DATA=ASME B46.1 | | | |090101|A| | | DOCUMENT REF DATA=ISO9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-18240 | | |F |000313|A| 1| | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A| 2| | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT CHANGE DATA=MIL-F-18240E |MIL-DTL-18240F 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Screw, Flat Head, Type IV; furnished under this contract /purchase order shall meet the material, physical, mechanical and test requirements as specified on Drawing 4491149, Item No. 9 including associated specifications mentioned in this procurement.; 3.1.1 ;The Self-Locking Element Nylok, (Configuration ""A"")shall be accordance with MIL-DTL-18240.; 3.2 ;Qualified Products List - The Self-Locking Element furnished under Military Specification MIL-DTL-18240 shall be products which are qualified for listing on the applicable qualified products list (QPL 18240) at the time of award of contract as required by MIL-DTL-18240.; 3.3 ;Marking Requirements - The supplier shall permanently mark each production lot unit ;Screw, Flat Head; on the top surface with material symbol ""NI-CU"", manufacture's symbol and lot number per MIL-STD-130.; 3.3.1 ;The supplier shall mark ;tag or bag; each screw with the drawing/item, heat and contract number per MIL-STD-130.; 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWC PD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.ogilvie@navy.mil, Code 242MO after award of contract.; 3.4.1 ;The NSWC PD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWC PD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 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 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. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 ;Inspection System - The supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110 ; 4.5 ;Finishes Edges - Finished edges shall be in accordance with the applicable specification requirements.; 4.6 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements.; 4.7 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for production units. If the material(s) is subsequently heat-treated, a certification of physical analysis, after heat treatment, is also required for each heat, lot or batch. Also, where the applicable material specification calls out (e.g. corrosion resistance test, macro-etch test, etc.,) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic part: Mechanical Properties: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.8 ;Production Lot.; 4.8.1 ;Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension and threads (prior to installation of Self-Locking Element Nylok). Threads shall be inspected 100% with Go and No-Go gages and results recorded. ; 4.9 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units. ; 4.10 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR. NSWC PD shall either issue Specific Government Inspection Instructions or Inspection Hold Points based on whether DCMA or NSWC PD will be performing the required Inspections/Tests. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWC PD Quality Assurance Specialist as required.; 4.11 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, heat, lot and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.; 4.11.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The reports shall be correlated to the drawing/item, heat, lot and contract number. Supplier format is acceptable for the below listed CDRLs. a. Certified Quantitative Mill Certification or Industrial Laboratory Certification (chemical and physical analysis). CDRL: CERTIFIED QUANTITATIVE MILL CERTIFICATION per DI-MISC-80678 b. Certificate of Conformance for Material (certifying Self-Locking Element Nylok, Configuration ""A"" in accordance with drawing 4491149 and MIL-DTL-18240 requirements). CDRL: CERTIFICATE OF CONFORMANCE per DI-MISC-80678 c. Visual/Dimensional Inspection report shall show all the characteristics, the actual measurement results of each dimension inspected including threads (also the major diameter for external threads), contract number, name of supplier, drawing/item number, drawing revision letter, heat and lot number of finished parts, item nomenclature, inspector's acceptance signature and date. CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B d. Mercury Exclusion Certification (Representing the contract units shipment). CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-80678; 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. 5.2 Special Marking Requirements - Carderock Division, Naval Surface Warfare Center, Code 9613, will furnish the DCMC-QAR with a special stamp and instruction for marking the package of each acceptable production unit. The DCMC-QAR or the Contractor (as directed) shall stamp the package of each accepted production unit prior to shipment. 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. P/N: 4491149-9 DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE QUALITY INSPECTION PLAN BY NSWC PHILADELPHIA DIVISON IS REQUIRED PRIOR TO PRODUCTION.;; ;;NSWC PD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A001. NSWC PD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;APPROVAL OF THE CERTIFICATION BY NSWC PHILADELPHIA DIVISON IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWC PD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A002. NSWC PD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;CERTIFICATE OF CONFORMANCE FOR DRAWING 4491149, ITEM NO. 9 MATERIAL SELF-LOCKING ELEMENT NYLOK (CONFIGURATION ""A"".; ; ;;APPROVAL OF THE CERTIFICATION BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWC PD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A003. NSWC PD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;; DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE REPORT BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWC PD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A004. NSWC PD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;APPROVAL OF THE CERTIFICATE BY NSWC PHILADELPHIA DIVISON IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWC PD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A005. NSWC PD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ce02aa49f0d7448c9f5d55927c9bf640/view)
 
Record
SN05891445-F 20210115/210113230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.