Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

59 -- 59--CABLE ASSEMBLY,SPEC

Notice Date
9/16/2020 7:43:35 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120RRB47
 
Response Due
9/18/2020 12:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Telephone: 7175503150
 
E-Mail Address
MELANIE.MORRIS@DLA.MIL
(MELANIE.MORRIS@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|UID exempted IAW DFARS 211.274-2(b)(1), in support of Contingency Ops. (SEPA)||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|TBD|||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| 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||| VALUE ENGINEERING (OCT 2010)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (OCT 2010)|1|| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2017) (DEVIATION 2018-O0018)|5||x|||melanie.morris@dla.mil| 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|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (OCT 2010))|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|x|x|x|||x|x||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|335931|500||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| TYPE OF CONTRACT (APR 1984)|1|FFP| 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 hereby reopen this solicitation to chagne the quantity from 39 each to 22 each. All other terms and conditions remain the same. 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 M06 Evaluation of Offers for Part Numbered Items (SEP 2016) Offers of alternate product will not be evaluated for the contract action if: (1) The solicitation is automated; (2) It does not meet the dollar threshold for savings, after an evaluation factor of $600 is applied for coordination with each ESA; or (3) When the time proposed for award does not permit evaluation and delay of award would adversely affect the Government. 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;OE-538 Outboard Cable Assembly, SSBN/SSGN; for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 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. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |02 |130805|A| | | DOCUMENT REF DATA=S9320-AM-PRO-030/MLDG | | |03 |050201|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CABLE ASSEMBLY,SPEC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;17476 1155130-115; 3.2 ;Design and Manufacturing- The ;OE-538 Outboard Cable Assembly, SSBN/SSGN; furnished under this contract/purchase order shall meet the material, electrical, mechanical, physical and test requirements as specified in Sippican Drawing D248141-1 Rev L, DGO Drawing 1155130-115 and associated specifications.; 3.3 ;The cable assembly shall be terminated, molded and tested to ensure compliance with specifications listed on Sippican Drawing D248141-1 Rev L.; 3.4 ;A) Shall Fabricate to NAVSEA S9320-AM-PRO-020/MLDG Rev.02 and NAVSEA S9320-AM-PRO-030/MLDG Rev.03 requirements. B) The three set screws will be replaced with a snap ring in accordance with approved DGO Drawing#1155130 dated 16 July 2018. ; 3.4.1 ;DGO-1 is authorized to be utilized in lieu of NAVSEA S9320-AM-PRO-030/MLDG Rev.02.; 3.5 ;Marking Requirements-The supplier shall permanently ink mark (white ink) the cable (outer jacket surface) lengths with the following legend ""Manufacture's: Part Number, Code, Name and Specification Number"" in accordance with MIL-STD- 130. The marking shall be done in such a manner as not to permanently indent, deform or otherwise damage outer covering. The legend character types shall be block and have a height not to exceed 1/8 of an inch. The legend shall be con- tinous for the full length of the cable assembly. The legend shall be repeated at intervals not exceeding one foot. In addition, there shall be 1/2-inch wide yellow strip on the cable for alignment purposes. The 1/2-inch wide yellow stripshall be made of light reflecting material. The strip shall be applied to the cable when it is in a free, relaxed, twist-free state, and continous for the full length of the cable assembly. ; 3.6 ;Teledyne DGO is authorized to assign serial numbers as required.; 3.7 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the SPCC Contracting Officer has been notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.8 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. 3.8.1 NAVSEA S9320-AM-PRO-020/MLDG - Manufacture of this item requires vendor certification in accordance with NAVSEA S9320-AM-PRO-020/MLDG. 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 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to ISO 9001-2015 are granted permission to utilize MIL-I-45208 if desired.; 4.3 ;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. ; 4.4 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. 4.5 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. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. CABLE MUST BE BUILT UTILIZING PRO20 AND PRO30 REQUIREMENTS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1bfded006477464a8bc3aa6889dbf64c/view)
 
Record
SN05800140-F 20200918/200916230203 (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.