Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOLICITATION NOTICE

36 -- J--CHLORINATOR, ECG, IN REPAIR/MODIFICATION OF

Notice Date
4/23/2020 10:03:21 AM
 
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
N0010420RFB08
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
05/23/2020
 
Point of Contact
Telephone: 7176055415
 
E-Mail Address
JESSICA.GOTTAL@NAVY.MIL
(JESSICA.GOTTAL@NAVY.MIL)
 
Awardee
null
 
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||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|4|720|||||||||||||||||| 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 |n/a|tbd|N00104|tbd|N39040 - Certifications, S4306A - Material |N50286|tbd|code 133.2|n/a|n/a|N39040 - Certifications |n/a|n/a|See DD1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| VALUE ENGINEERING (OCT 2010)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (OCT 2010)|1|| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|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||| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (SEP 1999))|9|||||||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| PROGRESS PAYMENTS (APR 2012)|3|x||| LIMITATIONS ON PASS-THROUGH CHARGES (OCT 2009)|1|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (OCT 2010))|7|||||||| LIST OF AWARD ATTACHMENTS|5|x||x|x|x| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|333999|500||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| 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| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JUN 2019))|1|| THIS AMENDMENT IS TO EXTEND THE SOLICITATION DUE DATE TO 8 MAY 2020. THE POC FOR THIS REQUIREMENT HAS CHANGED.PLEASE RESUBMIT ANY PREVIOUS OFFERS TO NEW POC: NEW POC IS LT JESSICA GOTTAL, 717.605.5415, JESSICA.GOTTAL@NAVY.MIL 1. THE FOLLOWING CLAUSE IS HEREBY INCORPORATED: CONTRACT CLAUSE FOR PROTECTION OF NAVAL NUCLEAR PROPULSION INFORMATION During the performance of this contract Naval Nuclear Propulsion Information (NNPI (NOFORN)) may be developed or used. Naval Nuclear Propulsion Information is defined as that information and/or hardware concerning the design, arrangement, development, manufacturing, testing, operation, administration, training, maintenance, and repair of the propulsion plants of Naval Nuclear Powered Ships, including the associated shipboard and shore-based nuclear support facilities. Appropriate safeguards must be proposed by the contractor, and approved by the Contracting Officer for Security for the safeguarding from actual, potential, or inadvertent release by the contractor, or any subcontractor, of any NNPI (NOFORN) in any form, classified or unclassified. Such safeguards shall ensure that only governmental and contractor parties, including subcontractors that have an established need-to-know, have access in order to perform work under this contract, and then only under conditions which assure that the information is properly protected. Access by foreign nationals or immigrant aliens is not permitted. A foreign national or immigrant alien is defined as a person not a United States citizen or a United States national. United States citizens representing a foreign government, foreign private interests or other foreign nationals, are considered to be foreign nationals for industrial security purposes and the purpose of this restriction. In addition, any and all issue or release of such information beyond such necessary parties, whether or not ordered through an administrative or judicial tribunal, shall be brought to the attention of the Contracting Officer for Security. The Contracting Officer for Security shall be immediately notified of any litigation, subpoenas, or requests which either seek or may result in the release of NNPI (NOFORN). In the event that a court or administrative order makes immediate review by the Contracting Officer for Security impractical, the contractor agrees to take all necessary steps to notify the court or administrative body of the Navy's interest in controlling the release of such information through review and concurrence in any release. The Contracting Agency reserves the right to audit contractor facilities for compliance with the above restrictions. Exceptions to these requirements may only be obtained with prior approval from the Commander, Naval Sea Systems Command (SEA 09B2). Additional guidance may be obtained from NAVSEA Instruction 5511.32 2. 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. 3. Quote to be a firm fixed price for the full repair of the item. Thisincludes the teardown, evaluation, inspection and full repair of the item to""like new"" or ""A"" condition. See statement of work in solicitation. A beyond repair (BR)/ beyond economic repair (BER) price shall also beProvided in addition to the repair price at time submission of quote. Do NOT include the cost for shipping material as the government implementedshipping system or ATAC will be shipping/delivering material. 4. This contract utilizes Commercial Asset Visibility (CAV). See clauseNAVSUPWSSFA25 for further details. 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 ;ECG Refurbish kit, NSN 1H 3655-01-633-0242 will be supplied to HAMILTON SUNDSTRAND CORP.; 1.3 ;ECG Refurbish kit, NSN 1H 3655-01-633-0242 will be supplied to HAMILTON SUNDSTRAND CORP.; 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. 2.3 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. 2.3.2 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;SV799150 73030 T B SV799119 73030 N B SV799133 73030 P B SV799124 73030 H B SV799128 73030 E B SV799129 73030 K B SV799130 73030 H B SV799125 73030 H B SV799127 73030 K B SVHS13255 73030 C B; 2.3.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=BID123 |53711| -| |D|0001 | -|49998|0015028 DRAWING DATA=EB-3204 |96169| -|SP |D|0001 | -|00026|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B348 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-B381 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-B446 | | | |030610|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=SAE AMS 2380 | | |F |080401|A| | | DOCUMENT REF DATA=SAE AMS 2643 | | |C |020101|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-24231 | | |E |130426|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=SAE AMS-STD-2154 | | |C |170501|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-003-8000 | | | |740701|A| |02| 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 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor shall record all identifying markings found on the parts of each assembly. The Contractor shall 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) shall be in accordance with this TDP (Technical Data Package). 3.1.4 REFURBISHMENT - Upon completion of inspection, this item shall be refurbished to be in accordance with ;Hamilton Standard Drawing SV799150; , 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; Part - ;Receptacle and Cable-Power, Find No. 51 and 61, along with Receptacle and Cable-Liquid Sensor, Find No. 62 on Drawing SV799150 (Receptacle Bodies only); Material - ;Starting Material shall be ASTM-B446, Grade 1. Final Mechanical Properties of representative test coupon shall meet requirements of ASTM-B446, Grade 2 for Yield and Ultimate Strengths; Part - ;Anode; Find No. 2 on Drawing SV799129 and Cover, Generator, Find No. 7 on Drawing SV799150; Material - ;ASTM-B348, Grade 2; Part - ;Cathode, Find No. 2 on Drawing SV799130; Material - ;ASTM-B348, Grade 2 (0.05% Fe max.) Annealed; Part - ;Base; Find No. 2 on Drawing SV799127, Cover; Find No. 2 on Drawing SV799124 and Body, Containment Vessel; Find No. 2 on Drawing SV799125; Material - ;ASTM-B381, Grade F-2, Annealed; Part - ;Stud, Threaded; Find No. 3 on Drawing SV799127, Stud; Find No. 3 on Drawing SV799125, Bolt, Hex Head; Find Nos. 43 and 47 and Nut, Hex; Find Nos. 42 and 45 on Drawing SV799150; Material - ;ASTM-B446, Grade 1; Test - ;Hydrostatic Tes; Item - ;Receptacle and Cable-Power, Find Nos. 51 and 61, and Receptacle and Cable-Liquid Sensor, Find No. 62 on Drawing SV799150; Performance - ;Notes 18 and 23 on Drawings SV799119 and SV799133; Acceptance - ;Notes 18 and 23 on Drawings SV799119 and SV799133; Test - ;Dielectric-Strength Test; Item - ;Receptacle and Cable-Power, Find Nos. 51 and 61, and Receptacle and Cable-Liquid Sensor, Find No. 62 on Drawing SV799150; Performance - ;Note 24 on Drawings SV799119 and SV799133; Acceptance - ;Note 24 on Drawings SV799119 and SV799133; Test - ;Non-destructive Bonding Test; Item - ;Receptacle and Cable-Power, Find Nos. 51 and 61, and Receptacle and Cable-Liquid Sensor, Find No. 62 on Drawing SV799150; Performance - ;Figure 1 of MIL-DTL-24231; Acceptance - ;Figure 1 of MIL-DTL-24231; Test - ;100% Ultrasonic Inspection; Item - ;Starting material for Anode, Find No. 2 on Drawing SV799129; Cover, Generator, Find No. 7 on Drawing SV799150; Cathode, Find No. 2 on Drawing SV799130; Base, Find No. 2 on Drawing SV799127; Cover, Find No. 2 on Drawing SV799124; Body, Containment Vessel, Find No. 2 on Drawing SV799125; Performance - ;T9074-AS-GIB-010/271, except that zone testing, front half, with one half material plus .500 inch standard shall be allowed.; Acceptance - ;SAE AMS-STD-2154, Table VI, Class A; ;Ultrasonic Inspection is not required for the Anode, Find No. 2 on drawing SV799129, when supplied as Government furnished material.; Test - ;Macrostructure Inspection; Item - ;Starting material for Anode, Find No. 2 on Drawing SV799129; Cover, Generator, Find No. 7 on Drawing SV799150; Cathode, Find No. 2 on Drawing SV799130; Base, Find No.2 on Drawing SV799127; Cover, Find No. 2 on Drawing SV799124; Body, Containment Vessel, Find No. 2 on Drawing SV799125; Performance - ;SAE-AMS-2643; Acceptance - ;SAE-AMS-2380, The macro-grain structure shall be equal to or better than level 30; ;Macrostructure Inspection is not required for the Anode, Find No. 2 on drawing SV799129, when supplied as Government furnished material.; Test - ;Liquid Penetrant Inspection; Item - ;Stud, threaded; find No. 3 on drawing SV799127, stud; find No. 3 on drawing SV799125, bolt hex head; find Nos. 43 and 47 and nut hex; find Nos. 42 and 45 on drawing SV799150; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;100% Dye Penetrant Inspection; Item - ; Receptacle and Cable-Power, Find Nos. 51 and 61, and Receptacle and Cable-Liquid Sensor, Find No. 62 on Drawing SV799150 (Receptacle Bodies only); Anode, FindNo. 2 on Drawing SV799129; Cover, Generator; Find No. 7 on Drawing SV799150; Cathode, Find No. 2 on Drawing SV799130; Base, Find No. 2 on Drawing SV799127; Cover, Find No. 2 on Drawing SV799124; Body, Containment Vessel, Find No. 2 on Drawing SV799125; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035 OR NAVSEA 0900-LP-003-8000; Test - ;Hydrostatic Test; Item - ;Each Assembly; Performance - ;Paragraph 4.1 and 4.4 of Specification SVHS13255; Acceptance - ;Paragraph 4.1 and 4.4 of Specification SVHS13255; Test - ;Leak Test; Item - ;Each Assembly; Performance - ;Paragraph 4.2 and 4.5 of Specification SVHS13255; Acceptance - ;Paragraph 4.2 and 4.5 of Specification SVHS13255; 3.2 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;SVHS13255 Rev C (EB-3204); and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.3 ;Contactor shall perform a low pressure flow test on each assembly to verify that there are no flow path obstructions.; 3.4 Thread Lubricant - Thread lubricants containing molybdenum disulfide shall not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 (or copper or nickel based anti-seize compounds if A-A-59004 is not available) shall be used as a replacement when thread lubricant is required for assembly. 3.5 Internal Threads - All internal threads shall be formed by cutting. Cold forming of internal threads is not acceptable. 3.6 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 765007000; ) 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. 3.7 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. 3.8 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. 3.9 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. 3.9.1 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. 3.9.2 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/ 3.9.3 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. 3.10 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. 3.11 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. 3.11.1 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 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. 3.13 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. 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall 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 shall be traceable to the material inspected. 3.14.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel shall be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract shall be available for review by the Government representative. Copies of documents required for Government inspection purposes shall be furnished in accordance with the instructions provided by the Government representative. 3.15 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 shall 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."" 3.15.1 The prime contractor's program shall 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. 3.15.2 Each sub-tier supplier of material or services for items in Section 3 of this contract shall 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. 3.15.3 The prime contractor shall ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product shall be dependent upon the effect of the purchased product on the end item represented by this contract. 3.15.4 The prime contractor shall evaluate the requirements of the contract and 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 shall be established. Records of this effort shall be available for review by the government. 3.15.5 The prime contractor's supplier quality assurance program shall provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor shall develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 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 shall determine and record probable cause and necessity for withholding the material from use. 3.16.8 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 shall be maintained. 3.16.9 Material returned to the contractor shall be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE 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. 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor shall develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.18 Material Traceability - The certification data report shall be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which shall also be marked on the material. This traceability marking on the material shall provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples shall be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability shall be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 Material Marking for Traceability and Identification - The following are the 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 for traceability is required. All traceability markings shall be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an avai...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c660f7ef24d5432dbfd31437c474d8ea/view)
 
Record
SN05633932-F 20200425/200423230154 (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.