Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

48 -- 48--VALVE,BALL

Notice Date
2/22/2021 4:16:08 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010421RFA61
 
Response Due
2/26/2021 12:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Telephone: 7176053229
 
E-Mail Address
JOEL.CURTIS@NAVY.MIL
(JOEL.CURTIS@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|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||| TIME OF DELIVERY (JUNE 1997)|20|0001|8|600 days|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |NA|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|NA|NA|N39040 - Certifications |NA|NA| SEE DD 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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 (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| PROGRESS PAYMENTS (MAR 2020)(DEVIATION 2020-O0010)|4||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|332919|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (JAN 2004)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| closing date is hereby extended to 26 Feb 2021. Data Item A001 (inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech. 2.Drawings associated with this solicitation will be made available on the new beta.SAM website, but will be restricted access which needs tobe approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 3. NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clause 252.213-7000. 4. 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 eitherdeposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to ""issue"" contractual documents as detailed here in. 5.NECO bids will not be accepted, offers must include original RFP and be emailed (Joel.Curtis@Navy.Mil ) 6. The following proposed delivery schedule applies: RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC SD APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS SD APPROVAL OF PR 30 DAYS AFTER RECEIPT Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt (580 actual days to manufacture part) Final delivery of material (600 days) 7. Proposal pricing and contract award will be based on customary progress paymentfinancing but the Government may be willing to modify the contract with the successful offeror to utilize PBPs if they are determined to be practical by the contracting officer, the contractor agrees to their use and adequate consideration is received by the Government. (52.232-16 (and/or 252.232-7004 if/where appropriate) and 52.232-13 are included in the Solicitation) 8. delivery days and past performance will be evaluated factors in determining awardee. 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. 1.2 ;One Rotary Pneumatic Actuator NIIN 01-544-2806, Item 47 on NAVSEA Drawing 7108792, will be supplied to the successful bidder as GFE (Government Furnished Equipment) for proper assembly and testing purposes only and returned to the Government upon completion.; 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3 Specification Revisions - The specification revisions listed under ""Docu ments 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. 2.3.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. DRAWING DATA=EB-4147 |96169| A|PS |D|0001 | A|49998|1441793 DRAWING DATA=7108792 |53711| B| |D|0000A | A|49998|0036434 DRAWING DATA=7108792 |53711| B| |D|0001 | B|49998|5040514 DRAWING DATA=7284884 |53711| F| |D|0001 | F|49998|0125575 DRAWING DATA=7284884 |53711| F| |D|0002 | F|49998|0133395 DOCUMENT REF DATA=FED-STD-H28 | | |A |941228|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |090401|A| | | DOCUMENT REF DATA=ASTM-A574 | | | |120401|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=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-18240 | | |F |000313|A| 1| | DOCUMENT REF DATA=QPL 18240 | | |QPD|170619|A| | | DOCUMENT REF DATA=MIL-PRF-27617 | | |F |980217|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | | |950801|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 ;The 2 1/2 Inch Ball Valve required to be in accordance with NAVSEA Drawing 7108792 Assembly IRB less piece 47, except as amplified or modified herein. All pieces which can't be attached to the valve must be bagged.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Item 1 of NAVSEA Drawing 7108792; Material - ;ASTM-B369, Alloy UNS C96400; Part - ;Retaining Nut, Item 2 and Stem, Item 3 of NAVSEA Drawing 7108792; Material - ;ASTM-B150 Alloy UNS C63200; Part - ;Adapter Plate, Item 4 of NAVSEA Drawing 7108792; Material - ;QQ-N-286 Form 6 Hot Rolled, Annealed and Age Hardened; Part - ;Ball, Item 6 of NAVSEA Drawing 7108792; Material - ;QQ-N-286 Form 2 Annealed (Hot Finished or Cold Drawn), and Age Hardened.; Part - ;Seat, Item 48 of NAVSEA Drawing 7284884; Material - Torlon 4503, 4203, or 4203L (unfilled polyamide-imide) per Electric Boat Specification 4147. (Certificate of Compliance only is required) Part - ;Self-locking Cap Screw, Item 25 of NAVSEA Drawing 7108792; Material - ;MIL-DTL-1222, Type II, Grade ASTM-A574 with the mechanical properties of note 7016 and Self-Locking element in accordance with MIL-DTL-18240; 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. Attribute - Annealing and Age Hardening Item - ;Adapter Plate, Item 4 and Ball, Item 6 of NAVSEA Drawing 7108792; Performance - QQ-N-286 Test - ;Liquid Penetrant Inspection or Magnetic Particle Inspection (Wet Method) (Either inspection is acceptable); Item - ;Self-locking Cap Screw, Item 25 of NAVSEA Drawing 7108792; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - Weldability Test of ASTM-B369 material Item - ;Body, Item 1 of NAVSEA Drawing 7108792; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - Pressure Tests Item - Each Assembly Performance - ;General Note 7003 of NAVSEA Drawing 7108792; Acceptance - ;General Note 7003 of NAVSEA Drawing 7108792; 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/-0PSIG. 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 thesmallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. 30 minutes / - 0 minutes. 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 Radiography is required on ;the Body, Item 1 of NAVSEA Drawing 7108792; . 3.6 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.7 Thread Inspection Requirements - All threads on threaded parts shall be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.7.1 System 21 of FED-STD-H28/20 shall be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.7.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 shall be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.7.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.8 ;During assembly, a small amount of grease per MIL-PRF-27617 Type III (Krytox Grade 240AC) is allowable on stem and O-ring areas of the valve. Do not lubricate the ball or other internal parts and areas of the valve. Lubricate capscrew, piece 25, using grease per MIL-PRF-27617 Type III (Krytox Grade 240AC). Grease per MIL-PRF-27617 Type III shall be Krytox 240AC, Christo-Lube 111, Christo-Lube 116, Tribolube 16, Tribolube 71 or Braycote 806. 3.9 Dupont Teflon Coating 850G-204 and 852G-201. Use of Dupont Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;General Notes 2366 and 2367; of drawing ;7108792; . 3.10 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD099; in ECDS at https://register.nslc.navy.mil/ 3.10.1 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.11 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Frank Veltry huntington, WV 25705 Phone: (304) 526-5759 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.12 Welding or Brazing - When welding, brazing, and allied processes are required, they shall be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.13 Internal Threads - All internal threads shall be formed by cutting. Cold forming of internal threads is not acceptable. 3.14 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 887306363; ) 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. 3.15 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. 3.15.1 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. 3.15.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.15.3 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. 3.16 Mercury Free - Mercury and mercury containing compounds shall 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. 3.17 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. 3.17.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners shall be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.18 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor shall 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.19 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested shall be furnished along with a copy of the test results. Certification shall 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 shall be identified to weld joint and layer. 3.20 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data shall be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below shall be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.20.1 Approval of the Contractor's qualification data shall be obtained prior to performing any welding (production or repair). 3.20.2 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 shall be submitted at the same time. Welding procedures and qualification data shall be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor shall 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.""). Authority for the repair of Special Repairs in castings and authority for the repair of wrought or forged material material shall be obtained from the Procurement Contracting Officer. This request shall describe the defect; including size, depth, location, and a description of the proposed repair. This request for NAVSUP-WSS Contracts shall be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.20.3 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 48 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 48 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.20.4 When drawings require hard facing surface Iron content (Nickel for Monel valves) not to exceed 5%, the contractor shall verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results shall be submitted as part of the qualification data. 3.20.5 Qualification requirements for production hardfacing: The maximum qualified thickness for hardfacing shall be twice the weld deposit thickness measured in the as-welded condition that is subjected to initial NDT (Non-Destructive Testing) and any additional drawing requirements. The minimum qualified thickness is the final machined thickness at which hardness testing, NDT, macro-etch, and any additional drawing requirements are satisfactorily performed. 3.20.6 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs) shall 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 shall be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.20.7 Qualification requirements for production cladding: The maximum qualified thickness for cladding shall be twice the weld deposit thickness measured in the as-welded condition that is subjected to initial NDT and any additional drawing requirements. The minimum qualified thickness is the final machined thickness at which NDT, side bends, macro-etch testing, and any additional drawing requirements are satisfactorily performed. 3.20.8 When weld repair is required on titanium material, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification shall be submitted for review and approval. 3.20.9 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 shall be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation shall be submitted in a commercially available electronic formation, such as Adobe Acrobat PDF. 3.20.10 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.20.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and shall 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. 3.20.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein shall be passed down to the subcontractor. 3.21 Radiography (RT) - Radiography shall be performed in accordance with T9074-AS-GIB-010/271. RT acceptable criteria for castings to be criticality level Iper the applicable table of S9074-AR-GIB-010A/278. RT acceptance criteria for weldments to be per the applicable table of S9074-AR-GIB-010A/278 (P-1 piping) or MIL-STD-2035, class 1, as applicable. 3.21.1 See CDRL DI-MISC-80678 (RSS) - The Contractor or activity performing theradiography shall be responsible for preparing the radiographic shooting sketches (RSS) in accordance with T9074-AS-GIB-010/271. Shooting sketches are not required for radiography of weldments. The radiographic standard shooting sketches (RSSS) referenced on the applicable drawing may be used, however, since T9074-AS-GIB-010/271 permits a variety of processes, the RSSS may not be applicable as they will not necessarily depend only on the coverage requirements, but also on the equipment and procedures of the particular radiographic facility. Approval of these shooting sketches or radiographic standard shooting sketches is required per S9074-AR-GIB-010A/278. If this datahas been previously approved by a Navy activity, the original approval letter shall be submitted at the same time as RT film and reader sheet submittal. 3.21.2 All pieces radiographed shall be permanently marked with ""RT"" and a unique RT serial number. (The unique RT serial number must be directly traceable tothe RT film.) 3.21.3 See CDRL DI-MISC-80678 (Production Radiography) - Production Radiographyrequires final acceptance by the Navy. The items listed below shall be submitted for final acceptance, cataloging, file, and retention. They must be submitted and approved prior to shipment of the applicable hardware. However, when the source certification clause is invoked, they must be submitted a minimum of forty-five (45) working days prior to the date of source certification inspection. (a) Film (b) RSS/RSSS (c) RS (d) DD250 (with unique RT serial numbers traceable to the RT film) 3.22 Quality System Requirements - The Contractor furnishing items under this contract/purchase order shall 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. 3.22.1 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. 3.22.2 The Contractor's quality system shall be documented and shall 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 shall, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.22.3 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. 3.22.4 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. 3.22.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.23 Contractor Inspection Requirements - The Contractor shall mainta...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42fbd2cdc07b47108cffd605576213b9/view)
 
Record
SN05923090-F 20210224/210222230109 (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.