Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOLICITATION NOTICE

43 -- 43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF

Notice Date
12/2/2020 8:27:12 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
N0010420QFC78
 
Response Due
10/30/2020 12:00:00 AM
 
Archive Date
12/03/2020
 
Point of Contact
Telephone: 7176053261
 
E-Mail Address
AMBER.L.MILLER@NAVY.MIL
(AMBER.L.MILLER@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N743.20|WR5DD|(717)605-3261|amber.l.miller@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See 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|CLIN 0001AA|ONE(1)||||||||||||||X|04 AUGUST 2021|||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|Inspection at Destination and Acceptance at Other - Certifications Inspection at Source and Acceptance at Source - Mat erial|TBD|N00104|TBD|N45404 - Certifications, S4306A - Material|S4306A for material N45404 for certifications|TBD|N/A|N/A|N/A|N45404 - Certifications|N/A|N/A|See form DD1423|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 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 (MAR 2020)|13|333914|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is a Level 1/AERP (Advanced Equipment Repair Program) requirement. 2. Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech. 3. This is a Sole-Source (3R) requirement to Curtiss-Wright Electro-Mechanical Corporation (CAGE 0UBG9). The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or the rights to the data. It is uneconomical to reverse engineer the part. 4. ""The IWST has determined that all NIINs for this requireemnt are covered by the 30 July 2018 Class Determination and Findings (D&F) for the Special Emergency Procurement Authority (SEPA), and that the criteria in Paragraph 3 thereof are met. Proceed with the use of SEPA as appropriate. The carcass(es) is/are available for repair."" 5. This requirement utilizes Government Furnished Property (GFP). This requirement will utilize the carcasses with SMIC numbers 0424 and 0426 from previous contract order Basic Ordering Agreement (BOA) N0010412GA765 Delivery Order (DO) 0042 and carcass with SMIC 0423 from BOA N0010412GA756 DO 0043. These carcasses will be frankensteined and repaired into one unit for delivery. 6. Carcasses above have previously been evaluated for repair, therefore quote/proposal is to be submitted as a Firm-Fixed Price (FFP) for the full repair effort of the requirement. The resulting contract will be a delivery order placed against Basic Ordering Agreement (BOA) N00104-17-G-AS01. 7. This item requires Production Radiography and Radiographic Shooting Sketches. The following delivery schedule applies: RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC SD APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS SD APPROVAL OF PR 30 DAYS AFTER RECEIPT 8. The final delivery date for this requirement to meet the needs of the Fleet is 04 August 2021. Early shipment is desired and acceptable but at no additional cost to the Government. 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. 2.3 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. 2.4 Certian documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. ;10640-A-18 Rev B; is classified. Classification is ;Confidential; . 2.4.1 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;10591-H-18 88032 F D PL-10591-H-18 88032 C E 10580-F-18 88032 I B 10640-A-18 88032 B B; 2.4.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.4.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=10640-A-18 |88032| |CD |D|0001 | |00026|0000000 DRAWING DATA=3505-20 |95402| | |D|0001 | |49998|0782765 DRAWING DATA=3505-9 |95402| B| |D|0001 | B|49998|2401675 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-A193 | | | |171115|A| | | DOCUMENT REF DATA=ASTM-A194 | | | |181101|A| | | DOCUMENT REF DATA=ASTM-A285 | | | |030910|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-A479 | | | |180101|A| | | DOCUMENT REF DATA=ASTM-A487 | | | |931215|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-S-24093 | | |A |911105|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | | |950801|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 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. 3.1.2 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) must be in accordance with this TDP (Technical Data Package). 3.1.4 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Ingersoll Rand Co. drawings 10951-H-18 and PL-10951-H-18, Maintenance Standard 2550-081-066 revision B Change 3, SHIPALT SSN3982, Tech Manual 0947-LP-200-5010 Revision 01 dated 3/12/09, Ingersoll Rand Co drawing 10640-A-18 revision B,(General Dynamics motor drawing 3505-9 with Maintenance Standard 2550-081-062 revision D Change 3 or General Dynamics motor drawing 3505-20 with Maintenance Standard 2550-081-063 revision C change 1) and Refurbishment Instruction 5520-012-0700 Rev C (CSD135); , 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; 3.1.6 ;SMIC Q3 parts for the Pump/Motor assembly which meet RI 5520-012-0700 (CSD135) requirements can be reused.; 3.2 ;No-Forn documents Maintenance Standard 2550-081-066, Maintenance Standard 2550-081-062, Maintenance Standard 2550-081-063, SHIPALT SSN3982 and confidential document Tech Manual 0947-LP-200-5010 will be provided by mail if the bidder does not possess them.; 3.3 ;Replace packing gland assembly with a split mechanical seal assembly in accordance with SHIPALT SSN3982.; 3.4 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD135; in ECDS at https://register.nslc.navy.mil/ 3.5 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;End Cover; Item No. 158 and Shell; Item No. 476; Material - ;MIL-S-24093 Class H; Part - ;Studs; Item No's. 178A, 178B and 178C; Material - ;ASTM-A193 Grade B7; Part - ;Nuts; Item No's. 179A,179B and 179C; Material - ;ASTM-A194 Grade 2H; Part - ;Blind Flange; Item No.186; Material - ;ASTM-A285 Grade C; Part - ;Nut Slotted; Item No. 179G; Material - ;QQ-N-286 FORM 2; Hot Finished; Annealed and Age Hardened or Cold Drawn ;Annealed and Age Hardened.; Part - ;Rod,Tie; Item No. 374; Material - ;QQ-N-286 Form 2, annealed and age hardened; Part - ;Nozzle Head Assembly; Item No. 477 (Nozzle Head); Material - ;ASTM-A487 Grade CA-6NM; Part - ;Nozzle Head Assembly, Item No. 477 (Nipple,Flange); Material - ;SAE-AMS-QQ-S-763, Class 410, Condition T; Part - ;Plug; Item 417A; Material - ;ASTM-A479 Type 316 Annealed; Part - ;Shaft: item 42 of drawing 3505-9; Material - ;MIL-S-24093 Class D Type II or AISI Quenched and Tempered and meeting the mechanical properties of note 22 of drawing 3505-9; 3.6 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 - ;Dye Penetrant Inspection; Item - ;Nozzle Head Assembly, Item No. 477 (Nipple,Flange); Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 Test - ;Dye Penetrant Inspection; Item - ;Nozzle Head Assembly; Item No. 477(Nozzle Head); Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 Test - ;Magnetic Particle Inspection; Item - ;Nozzle Head Assembly; Item No. 477 (Nozzle Head); Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 Test - 5x Visual Magnification or Dye Penetrant Inspection (root layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - Visual and Dye Penetrant Inspection (final layer) Item - Weldments Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Liquid Penetrant Inspection; Item - ;Nut Slotted; Item No. 179G; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Liquid Penetrant Inspection or Magnetic Particle Inspection (Wet Method) (Either inspection is acceptable); Item - ;Studs; Item No's 178A, 178B and 178C Nuts; Item No,s 179A, 179B and 179C; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Insulation Resistance; Item - ;Motor; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Test - ;Structureborne noise test; Item - ;Each Pump/Motor assembly; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Test - ;Operational Test; Item - ;Each Pump/Motor assembly; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Test - ;Hydrostatic test; Item - ;Pump; Performance - ;Paragraph 1.al. of MS 2550-081-066; Acceptance - ;Paragraph 1.al. of MS 2550-081-066; Attribute - ;Maintenance Standard 2550-081-066 inspections requiring a recorded measurement or checked as SAT or UNSAT; Item - ;Each Pump assembly; Performance - ;Maintenance Standard 2550-081-066; Attribute - ;Maintenance Standard inspections requiring a recorded measurement or checked as SAT or UNSAT; Item - ;Each Motor assembly; Performance - ;Maintenance Standard 2550-081-062 for General Dynamics motor drawing 3505-9 or Maintenance Standard 2550-081-063 for General Dynamics motor drawing 3505-20; Test - ;Hydraulic pump curve test; Item - ;Each Pump/Motor assembly; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Test - ;Pump and motor design capacity test; Item - ;Each Pump/Motor assembly; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Test - ;Pump mechanical seal leakage test; Item - ;Each Pump; Performance - ;Refurbishment Instruction 5520-012-0700; Acceptance - ;Refurbishment Instruction 5520-012-0700; Attribute - Annealing and Age Hardening Item - ;Nut,Slotted; Item No. 179G and Rod,Tie; Item No. 374; Performance - QQ-N-286 3.7 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. 3.8 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.8.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.8.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.9 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.10 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. 3.11 Radiography is required on ;Nozzle Head and Pump Casing; . 3.12 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;Tech Manual 0947-LP-200-5010; 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. 3.13 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.13.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.13.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.13.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.14 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.15 Component Identification - An AERP serial number will be assigned to each component and a nameplate will be provided by NAVSUP WSS MECH, Code N97121, as Government Furnished Equipment (GFE) prior to packaging and shipment. The Contractor is requested to notify NAVSUP WSS MECH, Code N97121 when the manufacturing process is ready for the nameplate(s), allowing sufficient time for mailing. Additional details are clarified in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP. 3.16 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. 3.17 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. 3.17.1 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. 3.17.2 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/ 3.17.3 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. 3.18 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. 3.19 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. 3.19.1 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.20 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. 3.21 Welding Requirements - 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. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 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 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. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.21.6 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. 3.21.7 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. 3.21.8 When weld repair is required on titanium material, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted for review and approval. 3.21.9 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic formation, such as Adobe Acrobat PDF. 3.21.10 Preparation and retention of weld records is required, asspecified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.11 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. 3.21.12 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. 3.22 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. 3.22.1 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. 3.22.2 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. 3.22.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a6f7975ca1e44cf8dde16f01b15807e/view)
 
Record
SN05864868-F 20201204/201202230140 (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.