Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

99 -- CONNECTION FLEXIBLE

Notice Date
5/19/2022 6:46:47 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
N0010422QFC09
 
Response Due
6/1/2022 10:00:00 PM
 
Archive Date
06/17/2022
 
Point of Contact
Telephone: 7176053229
 
E-Mail Address
JOEL.CURTIS@NAVY.MIL
(JOEL.CURTIS@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.5|WVQ|7176053229|joel.j.curtis.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|see specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| INSPECTION/ACCEPTANCE POINT|6||||||| TIME OF DELIVERY (JUNE 1997)|20|0001|2|548 days|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo-Receiving Report & Invoice - Material |n/a|tbd|N00104|tbd|N39040 - Certifications, S4306A - Material|N50286|tbd|133.2|n/a|n/a|S4306A - Material|n/a|n/a|see dd 1423|PORT_PTNH_WAWF_NOTIFICATION@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||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1. Data Item A001 (inspection and Test Plan) may be waived if already on fileat NAVSUP WSS Mech. 2. NAVSUP WSS Mech will be considering past performance in the evaluation ofoffers. See Clause 252.213-7000. 3. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either depositedin the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to ""issue"" contractual documents asdetailed here in. 4. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (548 days) 5. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA24 for further details. 6. This solicitation is and resulting award will be issued pursuant to Special Emergency Procurement Authority. 7. Quote should be a not to exceed amount subject to downward negotiation that will cover entire repair from evaluation to completed repair. Upon receiving a detailed repair proposal for each individual item (including recommended components for repair along with a delivery schedule and informal cost breakdown), order will be definitized. Actualrepair should not begin until definitization 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 ""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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;298365 27826 H B 298317 27826 E B 298322 27826 E B 298318 27826 G B 298321 27826 F B 298320 27826 E B 298158 27826 D B 298325 27826 G B 298326 27826 F B 298359 27826 J B 298323 27826 F B ES-83-0218 18444 C B DOCUMENT REF DATA=FF-S-86 | | |E |910116|A| 4| | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-A105 | | | |180901|A| | | DOCUMENT REF DATA=ASTM-A193 | | | |191101|A| | | DOCUMENT REF DATA=ASTM-A234 | | | |070301|A| | | DOCUMENT REF DATA=ASTM-A519 | | | |170501|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |130601|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160616|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=SAE AMS 6345 | | |B |070501|A| | | DOCUMENT REF DATA=SAE AMS-S-6758 | | |A |030901|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-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |A |950907|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-003-8000 | | | |740701|A| |02| DOCUMENT REF DATA=AIA/NAS NASM 17829 | | | |991101|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|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 3.0.1 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. 3.0.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.0.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications arenot required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications arenot available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.0.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identifie d above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.0.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Murdock Drawing 298365, assembly 298365-200; , except as amplified or modified herein. This applies to all ""Parts Requiring Certification"" as identified elsewhere in this Contract/Purchase Order. 3.0.6 Additional SOW Requirements - ;N/A; 3.1 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, item 3 on Murdock Drawing 298365; Material - ;Steel, SAE-AMS-S-6758 and ES-83-0218; Part - ;Attach Flange, item 5 on Murdock Drawing 298365; Material - ;Steel, ASTM-A105; Part - ;Flange, item 1 on Murdock Drawing 298318; Material - ;SAE AMS 6345 or SAE-AMS-S-6758; Part - ;Tubing, items 1 and 3 on Murdock Drawing 298359; Material - ;Seamless Carbon steel tubing, ASTM-A519, grade 1026; Part - ;Elbow, item 2 on Murdock Drawing 298359; Material - ;Forged steel, ASTM-A234, grade WPB; Part - ;Socket Head Cap Screw, item 23 on Murdock Drawing 298365; Material - ;Alloy Steel, FF-S-86, self-locking element in accordance with MIL-DTL-18240; Part - ;Self-Locking Nut, item 22 on Murdock Drawing 298365; Material - ;Carbon Steel, AIA/NAS NASM 17829 , self-locking element in accordance with AIA/NAS NASM 25027; Part - ;Bolt, Stud, item 21 on Murdock Drawing 298365; Material - ;Alloy Steel, MIL-DTL-1222 (ASTM-A193) grade B16; 3.2 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Magnetic Particle; Item - ;Body, Attach Flange, Tubing, Elbow and Flange; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035 or 0900-LP-003-8000; Test - ;Liquid Penetrant Inspection or Magnetic Particle Inspection (Wet Method) (Either inspection is acceptable); Item - ;Socket Head Cap Screw, item 23 and Bolt, Stud, item 21 on Murdock Drawing 298365; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Magnetic Particle Inspection (wet method) for Ferro-Magnetic Grades; Item - ;Self-Locking Nut, item 22 on Murdock Drawing 298365; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027; Test - Proof Pressure Test Item - Each Assembly Performance - ;Note 3 on Murdock Drawing 298365; Acceptance - No leakage or permanent deformation for a minimum of ;5; minutes Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027; Acceptance - ;NASM25027; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ASTM-D4066, Group 01, Class 1 or 2, Grade 1 Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. 3.3 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. 3.4 Radiography is required on ;weldments and shall be identified to the weld joint; . 3.5 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 990997055; ) 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. 3.6 Welding or Brazing - When welding, brazing, and allied processes are required, they must 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. 3.7 ;Lubricate O-rings and mating sealing surfaces with MIL-L-24131. Lubricate threads with lubricant per CID A-A-59004 (Molykote P-37 paste). 3.8 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. 3.8.1 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. 3.8.2 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/ 3.8.3 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. 3.9 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. 3.10 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. 3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 See CDRLs DI-MISC-80875 (Welding Procedures) and DI-MISC-80876 (Weld Procedure Qualification Data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.13.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.13.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ""WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC."" ""WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.""). Authority for the repair of Special Repairs in castings and authority for the repair of wrought or forged material must be obtained from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.13.3 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. 3.13.4 When drawings require hard facing surface Iron content (Nickel for Monel valves) not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.13.5 Qualification requirements for production hardfacing: The maximum qualified thickness for hardfacing must 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. 3.13.6 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.13.7 Qualification requirements for production cladding: The maximum qualified thickness for cladding must 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. 3.13.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.13.9 See CDRL DI-MISC-80678 (Consumed Weld Metal) - A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.13.10 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.14 Radiography (RT) - Radiography must be performed in accordance with T9074-AS-GIB-010/271. RT acceptance criteria for weldments to be per the applicabletable of S9074-AR-GIB-010A/278 (P-1 piping) or MIL-STD-2035, class 1, as applicable. 3.14.1 Submission of radiographic shooting sketches for approval is not requiredfor weldments. 3.14.2 All pieces radiographed must be permanently marked with ""RT"" and a unique traceability number. (Unique traceability number must be directly traceable to the RT film.) 3.14.3 See CDRL DI-MISC-80678 (Production Radiography) - Production Radiographyrequires final acceptance by the Navy. The items listed below must be submitted for final acceptance, cataloging, file, and retention. They must be submitted and approved by the Navy 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 heat numbers corresponding to RT numbers referenced in block 16) 3.15 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.15.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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. Inspection records must be traceable to the material inspected. 3.16.1 The supplier's gages, measuring 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. 3.16.2 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. 3.17 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."" 3.17.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.17.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.17.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.17.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.17.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.18 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: 3.18.1 Visual examination upon receipt to detect damage during transit. 3.18.2 Inspection for completeness and proper type. 3.18.3 Verification of material quality received. 3.18.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.18.5 Functional testing, either prior to or aft...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a680a5d3ff142bea045381b440d3f8c/view)
 
Record
SN06333154-F 20220521/220519230103 (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.