SOLICITATION NOTICE
13 -- CONTAINER,BLASTING
- Notice Date
- 10/20/2022 11:43:14 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
- N0010423QXA04
- Response Due
- 10/31/2022 1:30:00 PM
- Archive Date
- 11/15/2022
- Point of Contact
- Telephone: 7176053080
- E-Mail Address
-
TYLER.CURFMAN@NAVY.MIL
(TYLER.CURFMAN@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N774.4|BV5|(717) 605-3080|tyler.l.curfman.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|120| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (Combo)|N/A|TBD|N00104|TBD|TBD|See Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|333999|500|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is a Navy buy. 2. The ultimate awardee of the proposed contract action must be an authorized supplier. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. 3. Quotes shall be emailed to tyler.l.curfman.civ@us.navy.mil. 4. FOB destination. Quotes shall include shipping costs for shipment of units to destination. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CONTAINER,BLASTING . 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. DRAWING DATA=5206196 |53711| C| |C|0001 | C|49998|0164424 DRAWING DATA=5206197 |53711| C| |C|0001 | C|49998|0019645 DRAWING DATA=5206198 |53711| E| |C|0001 | E|49998|0563095 DRAWING DATA=5206198 |53711| E| |C|0002 | E|49998|0341539 DRAWING DATA=5206199 |53711| F| |C|0001 | F|49998|0032822 DRAWING DATA=5206200 |53711| F| |C|0001 | F|49998|0053705 DRAWING DATA=5206393 |53711| C| |C|0001 | C|49998|0020860 DRAWING DATA=5761993 |53711| B| |D|0001 | |49998|0011873 DOCUMENT REF DATA=ASME B1.9 | | | |730510|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ASME B18.3 | | | | |A| | | DOCUMENT REF DATA=DOD-STD-2101 | | |0S |790510|A| | | DOCUMENT REF DATA=AMS7276 | | | | |A| | | DOCUMENT REF DATA=SAE-AMS-STD-595 | | | | |A| | | DOCUMENT REF DATA=MIL-R-83248 | | |C |010621|A| | | DOCUMENT REF DATA=MIL-DTL-31000B | | |B |181031|B| | | DOCUMENT REF DATA=MIL-M-43719C, TYPE 1 | | | | |A| | | DOCUMENT REF DATA=NASM16562 | | | |981130|A| | | DOCUMENT REF DATA=MIL-DTL-19595 | | |D |030211|A| | | DOCUMENT REF DATA=ASTM-B209 | | |M |220112|A| | | DOCUMENT REF DATA=ASTM-A276 | | |M |160512|A| | | DOCUMENT REF DATA=SAE-AMS5639 | | | |941003|A| | | DOCUMENT REF DATA=A-A-59135 | | | |971028|A| | | DOCUMENT REF DATA=A-A-59136 | | | |971028|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=ASTM-A967 | | |M16|160512|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |000930|A| | | 3. REQUIREMENTS 3.1 ;Engineering Drawing Package Changes: MK 663 Contract Changes: 1 Container bottom must be made from solid bar stock, type 304 steel, per AMS 5639 or ASTM-A276. Drawing 5206199 does not reflect this. Two piece contsruction of container bottom, shown on drawing 5206199, is not allowed and will be rejected. 2. Vent valve must be as specified on drawing 5206195, 5206199, 5206200, placing vent valve on lid is not allowed. Containers with vent valves placed on lid will be rejected. 2. Vent valve must be as specified on drawing 5206195, 5206199, 5206200, placing vent valve on lid is not allowed. Containers with vent valves placed on lid will be rejected. SPECIFICATION CHANGES: 1. MIL-STD-2219 and MIL-STD-453, do not apply due to welding process not being used. 2. ASTM-A240, and ASTM-A312 on drawing 5206199 do not apply since container bottom manufactured from solid bar stock per AMS 5639, or ASTM-A276. stock, AMS 5639, Type 304. 4. Cushioning material shallbe extruded polyethylene foam in accordance with A-A-59136, class 1, grade B, type 1. Foam shall not contain blowing agents above 10 percent of lower explosive limitby volume. Foam punctured to release blowing agents may not absorb move than 0.3 pounds of water per square foot of cut surface. 5. Cushioning material on drawings 5206196, 5206197, and 5206393 shall be the same as specified in 3. above.; 3.2 Cage Code/Reference Number Items - The CONTAINER,BLASTING furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;08KS8 5206200; 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.4 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.5 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.6 Welding - Welding and allied processes shall be in accordance with ;SAE-AMS-STD-2219; . 3.6.1 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. 3.7 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.8 Configuration Control in accordance with MIL-STD-973 Short Form procedures - The requirements of MIL-STD-973 are hereby invoked in the contract/purchase order. The tailoring notes stated in the order cited in paragraph 6.2.1.3 are stated below: A. Considered, tailoring implemented B. Automated processing and submittal is not required. Interactive access to digital data is not required. C. Configuration audits are not required. D. Contractor's configuration management plan is not requried. E. Configuration terminology development documentation is required. F. Only paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 are required. G. FCD is not required. H. ACD and PCD is not required. I. Not Applicable (NA) to this contract/purchase order. J. NA to this contract/purchase order. K. NA to this contract/purchase order. L. Paragraph 5.3.6 with the exception of paragraph 5.3.6.5 and 5.3.6.7.1 are required. M. Paragraph 5.3.6.6 and 5.3.6.6.2 are required. N. Paragraph 5.3.6.6.1 is not required unless specifically cited elsewhere in Section ""C"" of this contract/purchase order. O. The marking requirement is stated elsewhere in Section ""C"" of this contract/purchase order. P. Interface requirements are as specified on the drawings provided with this contract/purchase order or the primary equipment performance MIL-SPEC or STD cited in Section ""C"" of this contract/purchase order. Q. NA to this contract/purchase order. R. All Class I changes to either a Government owned Configuration Identification (CI) or baseline configuration shall be submitted to the Procurement Contracting Officer for review and subsequent approval - conditional approval or disapproval. NDI, COTS, and PDI items previously accepted by the Government shall be submitted as above. This process does not excuse the contractor from initially offering to the Government an item which meets the minimum technical and operational requirements set forth in this contract/ purchase order. S. Preliminary Change Notices and Advance Change Study Notices are not required. T. NA to this contract/purchase order. U. and V. Class II Engineering Change Proposal (ECP) may be carried through provided the Government QAR reviews and concurs with the classification review which resulted in the ECP being classified as Class II. W. Paragraph 5.4.3 is required. X. Paragraph 5.4.4 is required. Y. NORS are not required for this contract/purchase order. Z. Short Form procedures are allowed. AA. Paragraph 5.5.2 is not required for this contract/purchase order. AB. Paragraph 5.5.7 is not required for this contract/purchase order. AC. Paragraph 5.5.8 is not required for this contract/purchase order. AD. Paragraph 5.6.2 is not required for this contract/purchase order. AE. Paragarph 5.6.3 is not required for this contract/purchase order. AF. Paragraph 5.4.2.2.3.2b is not required for this contract/purchase order. 3.9 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 NAVICP-MECH Contracting Officer has 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, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement 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 ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. 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. 3.10 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.11 The contractor shall notify the Government testing activity ;120 days prior to examination by N42794 NSWCIHEODTD, by N42794 NSWCIHEODTD ISEA Lee Foltz for 100% production lot testing.; days prior to shipment of material to be tested. 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 - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 First Article Test/Inspection (Government) - The Contractor shall deliver ;1; unit(s) to ;Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal TechnologyDivision (South Campus) 2008 Stump Neck Road, Indian Head, MD. 20640 BLDG 2195 Attn: Phil Vass NSWCIHEODTC.; for First Article Tests in accordance with the ;requirements of drawing 5206200 and all associated drawings and specifications.; . 4.5 Production Lot Test - The Contractor shall deliver ;all; unit(s) to ;Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal TechnologyDivision (South Campus) 2008 Stump Neck Road, Indian Head, MD. 20640 BLDG 2195 Attn: Cory Legagneux. Phil Vass NSWCIHEODTC.; for 100% production lot testing in accordance with ;requirements of drawing 5206200 and all associated drawings and specifications.; . Upon satisfactory completion of the production lot test, the Government facility shall prepare and package the unit(s) for transshipment to final shipment destination(s) in accordance with the requirements of this contract/purchase order. 4.6 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.7 ;Acceptance criteria/QA recommendations Recommend conduct dimensional analysis at the QA shop on all 6 containers. Recommend lids and containers pass the go/no-go gauges for the threads. Recommend all set screws are fully tightened and unscrewed to visually inspect if a circle indentation is made around the point of the set screw to indicate a complete seal. No containers needed for destructive test. Qty (1) First Article test as part of acceptance.; 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 ;copies of material CERTS (certificate of conformance) on all material items within the technical drawing package that is submitted for final acceptance. All material certs indicating material make up/composition should be included with the subittal of the manufactured material.; 6.2 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. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin 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. Theymay 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 ContractNumber, 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 NAVSUP-WSS 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 enue: Commanding Officer NAVSUP-WSS 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: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.3 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. 6.4 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.4.1 ;drawing 5206200, Note 5: DOT-SP-9571 (7th Edition) Dated 14 NOV. 2005, Replace with: DOT-SP-9571 (8th Edition) Dated 15 JUL. 2009. Drawing 5206200, Note 1: MIL-DTL-31000, Replace with: MIL-DTL-31000B, 31 OCT 2018. Drawing 5206200, Note 5: DOT-SP-9571 (7th Edition) Dated 14 NOV. 2005 Replace with: DOT-SP-9571 (8th Edition) Dated 15 JUL. 2009 Drawing 5206393, Note 1: MIL-DTL-31000 Replace with: MIL-DTL-31000B, 31 OCT 2018 Drawing 5206393, Classification of Characteristics block: DOD-STD-2101 Replace with: DOD-STD-2101(OS), 10 MAY 1979. Drawing 5206199, Classification of Characteristics block: MAJOR - 1 Replace with: MAJOR - 0;
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bfb87ac6b9194906977f2f9774dfdaf4/view)
- Record
- SN06499125-F 20221022/221020230054 (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 |