Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2020 SAM #6764
SOLICITATION NOTICE

43 -- 43--SEAL ASSEMBLY,SHAFT

Notice Date
6/4/2020 12:27:16 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QRD18
 
Response Due
7/6/2020 12:00:00 AM
 
Archive Date
07/21/2020
 
Point of Contact
Telephone: 7175503150
 
E-Mail Address
MELANIE.MORRIS@DLA.MIL
(MELANIE.MORRIS@DLA.MIL)
 
Awardee
null
 
Description
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|x|x|x|x|x|x|x|x|||x|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 Days| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|333996|500|||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| This solicitation is being issued under Special Emergency Procurement Authority (SEPA). 1. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS, AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE ""ISSUED"" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 2. NO DRAWINGS OR TECHNICAL DATA ARE AVAILABLE FOR THIS ITEM. 3. DELIVERY DAYS_________ARO. 4. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: SUBMISSION OF YOUR QUOTE WITHOUT A SURPLUS CERTIFICATE WILL NULL AND VOID YOUR QUOTE. A SURPLUS MATERIAL CERTIFICATE MUST ACCOMPANY ALL QUOTES FOR SURPLUS/NEW SURPLUS/NEW MANUFACTURED. IF SUMBITTING QUOTE VIA EDI, A FAXED OR SCANNED COPY MUST BE SENT TO THE BUYER. 5. WHEN SUBMITTING QUOTES VIA EDI, MAKE SURE YOU SPECIFY ANY EXEPTIONS (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES ETC) OR FOLLOW UP WITH A HARDCOPY OF THE EXCEPTIONS. IF NOTHING IS INDICATED OR RECEIVED, AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEUCTED ON MODIFICATIONS. 6. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFEROR ADDRESS, THE OFFEROR SHALL PROVIDE THE NAME AND STREET ADDRESS and cage code OF THE PACKAGING FACILITY. 7. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING. 8. PLEASE PROVIDE AN EMAIL ADDRESS FOR FOLLOW UP COMMUNICATIONS. IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC OMMERCE ONLINE (NECO) WHEN CONTRACTS/MODIFICATIONS ARE ISSUED BY DLA MARITIME MECHANICSBURG AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: AVSUPWSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT NAVSUPWSSITIMPHELPDESK@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME, ADDRESS AND POC WITH PHONE NUMBER AND EMAIL ADDRESS CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT THE CONTRACTOR R EGISTER FOR EDA AT HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the SEAL ASSEMBLY,SHAFT . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ;ADIPRENE L-167 (90-95A) COML, MIL-I-45208A can be utilized in lieu of ISO9001, NCSL Z540.3 can be utilized in lieu of ISO10012; 2.1.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.1.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.4 The ""Document Changes"" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=6878927 |53711| -|FN |D|0001 | -|49998|0064476 DRAWING DATA=6878927 |53711| -|FN |D|0002 | -|49998|0020936 DRAWING DATA=6878928 |53711| -|FN |D|0001 | -|49998|0008458 DRAWING DATA=6878928 |53711| -|FN |D|0002 | -|49998|0005559 DRAWING DATA=6878928 |53711| -|FN |D|0003 | -|49998|0006388 DRAWING DATA=6878928 |53711| -|FN |D|0004 | -|49998|0006057 DRAWING DATA=6878928 |53711| -|FN |D|0005 | -|49998|0006588 DRAWING DATA=6878928 |53711| -|FN |D|0006 | -|49998|0006364 DRAWING DATA=6878928 |53711| -|FN |D|0007 | -|49998|0006696 DRAWING DATA=6878928 |53711| -|FN |D|0008 | -|49998|0005960 DRAWING DATA=6878928 |53711| -|FN |D|0009 | -|49998|0003779 DRAWING DATA=6878929 |53711| A|FN |D|0001 | A|49998|0842117 DRAWING DATA=6878930 |53711| -|FN |D|0001 | -|49998|0026768 DRAWING DATA=6878931 |53711| -|FN |D|0001 | -|49998|0028710 DOCUMENT REF DATA=FED-STD-H28 | |20|B |941221|A| |01| DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=MIL-STD-973 | | | |000930|A| |04| DOCUMENT REF DATA=QQ-N-281D | | | |851023|A|02| | DOCUMENT REF DATA=ASME B46.1 | | | |090101|A| | | DOCUMENT REF DATA=ISO9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-STD-45208 | | |A |951103|A|02| | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the SEAL ASSEMBLY,SHAFT furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;53711 6878927-1; cage ;The ;Seal Assembly, Dynamic (Dash 1); furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 6878927 (Dash 1) consisting of Item Nos. 1 thru 4 including associated specifications mentioned in this procurement.; . 3.1.1 ;The seal shall be supplied with no fillers and color additives as specified on Drawing 6878929, Note 5.; 3.2 Marking - This item shall be physically identified in accordance with ;The supplier shall permanently mark each first article and production lot unit ;Seal Assembly, Dynamic (Dash 1); as listed below in accordance with MIL-STD-130. ;The supplier shall establish, control and and assign serial number for each first article and production unit assembly.; Contract Number Assembly Drawing Number 6878927-1 Assembly Serial Number; . 3.2.1 ;The supplier shall permanently mark and identify (bag or tag) the following items: 1, 2 and 3 with the applicable drawing/part including contract, heat, lot or batch and serial number in accordance with MIL-STD-130 until installed in the designated assembly.; 3.3 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWC PD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.ogilvie@navy.mil, Code 436MO after award of contract.; 3.4.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.5 Configuration Control - MIL-STD-973 entitled ""Configuration Management"", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.5.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.6 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.4 ;Inspection System - The supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3and DI-QCIC-81110 ; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1.; 4.6 ;Finishes Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.7 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements.; 4.8 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports for certified quantitative mill or industrial laboratory reports by heat, lot or batch for raw material ordered for first article and production units. If the material(s) is subsequently heat-treated, a certification of physical analysis, after heat treatment, is also required for each heat, lot or batch. Also, where the applicable material specification calls out (e.g. corrosion resistance test, macro-etch test, etc.,) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic parts: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.9 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The supplier shall perform first article testing/inspection on the ;Seal Assembly, Dynamic (Dash 1); in accordance with their approved first article procedure and the applicable drawings.; 4.9.1 ;The first article inspection shall be made by the cognizant DCMA-QAR at the supplier's and/or subcontractor facility. The supplier shall notify NSWCPD, Code 436MO two weeks in advance prior to the scheduled first article testing/inspection, so an NSWCPD representative has the option of being present during the first article testing/inspection.; 4.9.2 ;First Article Approval for Testing/Inspection Procedure and Acceptance - (Supplier Testing/Inspection). The supplier shall prepare and submit their First Article Testing/Inspection Procedure ;Seal Assembly, Dynamic (Dash 1); in accordance with the requirements of DI-NDTI-80603 and the applicable drawings as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the procedure is required prior to commencement of first article unit. CDRL: FIRST ARTICLE TESTING/INSPECTION PROCEDURE per DI-NDTI-80603A; 4.10 ;First Article Dimensional Inspection - The supplier shall visually and physically inspect 100% the first article unit (component parts/assembly) and record the actual measurements of each dimension identified on the applicable drawing including hardness test on (Seal, p/n 6878929). Threads shall be inspected 100% with Go and No-Go gages and results recorded.; 4.10.1 ;The supplier shall assemble and inspect 100% the first article unit (Dash 1) in accordance with Drawing 6878928 and record the applicable information and actual measurement results required in this document. ; 4.11 ;First Article Testing/Inspection Reports and Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the first article unit, testing/inspection reports in compliance with the requirements of DI-NDTI-80603 and the applicable drawings. The report shall also include a copy of ;Mill Certification, Certificate of Compliance (Adiprene L-167 and Epoxy Adhesive) and Visual/Dimensional Inspection Report with the Assembly/Inspection Document 6878928; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the first article testing/inspection report is required prior to commencement of production units. CDRL: FIRST ARTICLE TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.12 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.12.1 ;Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units (component parts/assemblies) and record actual measurements of each dimension identified on the applicable drawing including hardness test on (Seal, p/n 6878929). Threads shall be inspected 100% with Go and No-Go gages and results recorded.; 4.12.2 ;The supplier shall assemble and inspect 100% the production lot units (Dash 1) in accordance with Drawing 6878928 and record the applicable information and actual measurement results required in this document.; 4.13 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.14 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWC PD. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWC PD Quality Assurance Specialist as required.; 4.15 ;provide exact (quality) photocopies of objective quality evidence records beingQuality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/part, heat, lot, batch, serial and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.; 4.15.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The reports shall be correlated to the drawing/part, heat, lot, batch, contract and assembly serial number. Supplier format is acceptable for the below listed CDRLs. a. Certified Quantitative Mill Certification or Industrial Laboratory Certification (chemical and n for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. OVERVIEW: SEE ATTACHED SOW and Tank Inventory Excel Spreadsheet. Please include the follow information about your organization in your response (1) Name of Organization, (2) Address + Zip Code, (3) Telephone number, (4) Fax Number, (5) Size of Business: Large or Small, (6) SAM status, (7) Point(s) of contact, and (8) email address. Organizations responding to this RFI should provide the company s capabilities to perform this requirement. The NAICS code is 541620. The Small Business size standard is $16.5 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the VA not to open the requirement to open competition, based on responses to this sources sought synopsis is solely within the discretion of the VA. The Government does not intend to pay for any information provided under this sources sought synopsis. All responses must be sent via e-mail to Rico Johnson, Contracting Officer, at rico.johnson@va.gov. Responses to this sources sought synopsis are due by 11:00am PST on April 7, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57b4f684a65c41e19cb6f05d47b6b5b7/view)
 
Record
SN05680789-F 20200606/200604230156 (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.