Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 30, 2023 SAM #8038
SOLICITATION NOTICE

48 -- 48--ACTUATOR,HYDRAULIC-, IN REPAIR/MODIFICATION OF

Notice Date
11/28/2023 1:13:16 AM
 
Notice Type
Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QZA23
 
Response Due
12/28/2023 12:30:00 PM
 
Archive Date
01/12/2024
 
Point of Contact
Telephone: 7176054056
 
E-Mail Address
MADISON.M.GRAY4.CIV@US.NAVY.MIL
(MADISON.M.GRAY4.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.10|WV3|(717) 605-4056|MADISON.M.GRAY4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice and Receiving Report|N/A|TBD|N00104|TBD|TBD|N50286|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|1-866-618-5988 - WAWF Helpdesk| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|TBD| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (JAN2023))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 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. The following proposed delivery schedule applies: Final delivery of material shall be on or before 121 days after the effective date of the contract. 3. Any contract/order awarded as a result of this solicitation will be a ""DO"" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority for National Defense, Emergency Preparedness, and Energy Program Use. 4. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 5. All transportation to/from the repair site will be paid for by the US Navy. 6. Offers shall be submitted as an estimated price for the full repair effort based on the repair instruction or SOW. The contractor shall have 30 days to complete a teardown and evaluation of the carcasses and submit a repair report and Firm-Fixed Price offer. A cost of new price shall also be provided in addition to the repair price. 7. Include in the estimated price all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Please include the following: a. Teardown and evaluation rate. b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: 8. This requirement utilizes Government Furnished Property (GFP). Any GFP located at the contractor's facility in storage that can be used for repair of the requirement must be utilized and called out within the final quote. 9. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in this order in accordance with NAVSUPWSSFA24. Price Reductions Any assets for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a reconciliation modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. curately report allA reconciliation modification will be issued after final inspection and acceptance of all assets inducted under this contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT.Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the Contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the Contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt, and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Requested RTAT: 121 Days Offers shall reference the proposed RTAT and any capacity constraints. \ 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 SUBSAFE/Non-Level I material 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. 2.2.1 Specification Revisions - The specification revisions listed under ""Documents 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. 2.2.2 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;400-26990 07270 B B; 2.2.3 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-I-6868 | | |E |800606|A|3 | | 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-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-STD-2154 | | |D |200401|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|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 - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;07270; , drawing ;400-26990 OEM for sole source repair; ,except as amplified or modified herein. 3.1.1 Parts that are replaced during refurbishment must be in accordance with this TDP (Technical Data Package). 3.1.2 The Prime Contractor must be the OEM or a NAVSEANOTE 5000 activity. 3.2 Where applicable, CSD319 provides requirements for cast parts used in MOOG Flo-Tork hydraulic actuators to be tested in accordance with NAVSEA Technical Publication S9074-AR-GIB-010/278. Testing requirements covered by CSD319 are limited to Radiographic Testing (RT), Magnetic Particle Testing (MT) or Liquid Penetrant Testing (PT), Pressure Testing (Press), and Visual Examination (VT). 3.3 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD319; in ECDS at https://register.nslc.navy.mil/ 3.4 A Certificate of Tests is required for non-destructive, hydrostatic, and operational testing as required by the assembly drawing and the maintenance standard, when invoked. Non-destructive testing must be in accordance with T9074-AS-GIB-010/271. 3.5 A Certificate of Tests is required for non-destructive, hydrostatic, and operational testing as required by the assembly drawing and the maintenance standard, when invoked. Non-destructive testing must be in accordance with T9074-AS-GIB-010/271, MIL-I-6868, ASTM-E1444, ASTM-E1417, or SAE-AMS-STD-2154. 3.6 Certificate of Compliance - (Special Emphasis SUBSAFE/Non-Level I MATERIAL) - The Contractor must prepare and submit a certificate of compliance traceable to each serialized component, certifying that the components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.7 Each component must be assigned a unique serial number. The component must be marked with this serial number on the major piece part of the assembly. (e.g. body, casing) Serial number marking must be permanently applied in accordance with MIL-STD-792. This serial number must also be annotated on the C of C to provide positive traceability. 3.7.1 In the event of refurbishment, if an existing readable serial number is found on the component, a suffix must be applied to ensure the final serial number is unique. 3.8 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.9 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.9.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.9.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.9.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.10 Mercury Free - Mercury and mercury containing compounds 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of SUBSAFE/Non-Level (Q5) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.11.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.11.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.12 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.12.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.12.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.13 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. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements to apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: ""A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately."" 3.15 Final Inspection - The following inspection must be performed prior to shipping material. 3.15.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.15.2 Material must be inspected for form, fit, and function in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. The absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size) with lot acceptance based on zero defects and lot rejection based on one defect. Due to the high consumer risk associated with small sample sizes, the minimum sample size must be eight units (for lot sizes of fifty or less) or one hundred percent (for lot sizes of eight or less). 3.15.3 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.16 See CDRL DI-MISC-80678 (Special Emphasis SUBSAFE/Non-Level I Material C of C) - The certificate of compliance must contain: 1. Contractor's name, address, phone number and date 2. The contract issuing agency's Contract/Purchase Order number 3. The national stock number (NSN) 4. Government nomenclature (noun name) of the item purchased 5. Contractor's nomenclature (noun name) of item purchased 6. Component Serial Number 7. Contractor's or authorized personnel's signature 8. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. Submission must be in accordance with the Contract Data Requirements List (DD Form 1423). 3.17 See CDRL DI-MISC-80678 (Special Emphasis SS-NON-LI Hydrostatic, NDT per T9074-AS-GIB-010/271, and Operational Testing) - The Certificate of Tests (C of T) shall contain: 1. Contractor's name, address, phone number and date 2. The contract issuing agency's Contract/Purchase Order number 3. The national stock number (NSN) 4. Government nomenclature (noun name) of the item purchased 5. Contractor's nomenclature (noun name) of item purchased 6. Component Serial Number 7. Contractor's or authorized personnel's signature 8. A statement of tests performed listing the pieces tested. a. The standard/specification to which testing was performed. b. The revision of the standard/specification. c. The acceptance criteria used. 9. Test procedure numbers may also be referenced on test reports. 10. Test reports on welds shall be identified to weld joint and layer. 11. When Hydrostatic Tests, Operational Testing, or NDT is not required per the applicable drawing, the C of T shall so state. (i.e. ""No NDT is required per the applicable drawing."") 3.18 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with MIL-I-45208, MIL-Q-9858, or ISO9001:2008 (except as amplified or modified herein) with the calibration system requirements of MIL-STD-45662, ISO10012, or ANSI-Z540.3. Quality systems in accordance with ISO9001:2000, ISO9001:1994, or ISO9002:1994 are acceptable alternates. 3.18.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.18.2 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. 3.18.3 See CDRL DI-QCIC-81110 (INSPECTION SYSTEM/QA PROCEDURE) - All suppliersof Fly-By-Wire (FBW) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.18.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.18.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.19 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected, and the nature of corrective action taken as appropriate. 3.19.1 The supplier's calibrated gages that measure and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.19.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.20 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: ""A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately."" 3.21 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.21.1 Visual examination upon receipt to detect damage during transit. 3.21.2 Inspection for completeness and proper type. 3.21.3 Verification of material quality received. 3.21.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.21.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.21.6 Identification and protection from improper use or disposition. 3.21.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.21.8 For GFE material, and as required by the terms of the bailment agreement the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.21.9 Material returned to the contractor must be handled as GFM. 3.22 Traceability and Certification Requirements - To assure that correct materials are installed in FBW SCS SFCC systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.22.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-80678 and elsewhere in the contract/purchase order. 3.23 Material Traceability - Material traceability codes must be permanently applied to the material and annotated on test reports for each individual SFCC. Traceability marking must be a unique vendor traceability number/code, or a combination thereof to maintain complete traceability to certification OQE. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.24 Receiving Inspection: 3.24.1 SFCC certifying activities must conduct material receipt inspections of all SFCCs and SFCC components to ensure they meet the form and fit requirements of the invoked specifications. Further, SFCCs must be receipt inspected in accordance with the material specification requirements invoked in this contract/purchase order and all contractually invoked waivers, deviations, and engineering changes. 3.24.2 Receipt inspection processes must be performed using approved formal inspection procedures that specify the SFCC attributes and the inspections and tests that are required. 3.24.3 SFCC certifying activities must conduct functional performance testing on all SFCCs to verify the individual SFCCs meet the invoked system and component performance specification. 3.24.4 SFCC material receipt inspection and functional performance testing procedures must be developed by SFCC certifying activities and submitted to the Submarine Program Manager for approval with the concurrence of NAVSEA 05Z and 07Q. The SFCC Receipt Inspection and Performance Test procedures must specify the applicable accept and reject criteria for each SFCC and provide direction for performing the inspections and testing and recording the results. 3.25 Material Handling: 3.25.1 Material handling and control procedures must provide methods for controlling SFCCs from fabrication and certification through issue, receipt, and inspection. 3.25.2 FBW SCS SFCCs that are awaiting or undergoing manufacture, ins...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/030f00105d4d4578bbc1195592f676fb/view)
 
Record
SN06896278-F 20231130/231128230045 (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.