Federal Contract Opportunities
Showing 51-100 of 2,369 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2030-25-01510
NSN: 2840-01-316-9909NZ NOUN: SYNCHRONIZING RING TOP DRAWING: 4075698 EDL REVISION & DATE: 5 / 8 APR 2024 MDC CODE: W9L IM NAME: ROMESBURG, SHAWN E
FD2030-25-01565
NSN: 1560-01-522-0552FG PR25-01565 TOP DRAWING: 520-12991-4 EDL REVISION & DATE: 4 / 11 APR 2025 NSN: 1560-01-522-1614FG PR25-01565 TOP DRAWING: 520-12991-3 EDL REVISION & DATE: 3 / 21 FEB 2023 MDC CODE: ZHL IM NAME: LADD, RONALD S.
Anchorage Air Force Hub Recruiting Office
The Government currently occupies office and related space under a lease that will be expiring and will consider alternative space if economically advantageous. The Government is seeking retail space consisting of approximately 1800 gross square feet of space, and parking for up to 7 government vehicles (sign designated preferred) for an Air Force Recruiting Office. The lease shall be a fully serviced lease for a term of five (5) years, with the Government having termination rights. All offers must be within Anchorage, Alaska. Offers to include base rent, CAM, utilities, janitorial, and parking. If awarded to a new location, this office would be relocated immediately upon completion of construction of the office space to accommodate all requirements pertaining to the FY25 Construction Specifications for production offices with the lease start date commencing upon acceptance of space by the government (see attached Construction Specifications.) In making this determination, the Government will consider, among other things, the availability of alternate space that potentially can satisfy the Government’s requirements and is economically advantageous, as well as costs likely to be incurred through relocation. The requirements for consideration of award will entail a complete bid that consists of the following criteria at a minimum: Space must meet established square footage requirements and be within Anchorage, AK. Acceptance and use of government lease, with no changes to the standard language, clauses or conditions within the lease as designated by the Government (see attached Standard Lease Template and General Clauses.) Competitive rates of base cost per square feet for annual rent (see attached Proposal to Lease Form). Include a breakout of operation expenses including janitorial services costs based on the attach Janitorial Specifications. All costs and materials affiliated to meet the requirements of the Construction Specifications (including all safety and security enhancement’s) will be considered Tenant Improvements with no reimbursement from the Government upon completion of the construction or through amortization within the lease. Lease will be awarded to the most economically advantageous bid which provides best value to the Government. Evaluation criteria to include, but not limited to: meets recruiting mission requirements, location, lessor past performance (if applicable), site visibility, and pricing consistent with comparable sites in the local area. Offered space must meet the Governments requirements per the terms of the Government Lease. Interested respondents may include building owners and representatives with the exclusive right to represent the building owners. Representatives of building owners must include the exclusivity grating the exclusive right to represent the building owner with their response to the advertisement. Offers will need to include a completed Rental Proposal Worksheet, proof of registration in www.sam.gov (i.e. active CAGE code), a proposed floor plan and the construction bids for build-out meeting the construction specifications. Attached is a copy of the Rental Proposal Worksheet, lease document, the General Clauses, Proposal to Lease Space, Construction Specifications, Construction Bid Proposal Worksheet, Janitorial Specifications, Agency Agreement, and a floor plan template. Please review all documents carefully and make sure that you agree to the terms presented. The government lease and the general conditions are standard and are for the most part is not negotiable and must be accepted as written and shown on the attached file. Review the construction specifications completely as they stipulate additional lessor responsibilities. Three (3) construction bids for the build-out are requested. After a bid is accepted, no change orders are authorized, so bids need to be accurate and complete (including all taxes and fees). Special attention should be given to security requirements (video entry control system, closed circuit television system and video recording, dual roller shades on exterior windows, fixed panel shade on exterior entry door and peep hole in secondary exit, perforated window wrap), fragmentation film on exterior windows/glass doors, telecommunication wiring requirements, addition of water fountain, signage, paint, wall graphics, phone jacks, electrical outlets and spec'd carpet squares. These are items that can add a significant cost and may be overlooked in the bid process; however, all items in the specifications need to be followed, even if code does not require the item (i.e. smoke detectors, fire extinguishers, etc.). Bids shall include any tear down/haul away expenses. Initial offers are due no later than close of business on 11 April 2025. After the receipt of initial offers, the named Realty Specialist or other authorized representative will conduct negotiation on behalf of the Government. Verbal or written negotiations will be conducted with Offerors that are within the competitive range. The competitive range, which will be established by the Realty Specialist, will be based on the lease cost and other award factors stated in this solicitation. All Offerors will be included that have a reasonable chance of being selected. Negotiations are considered closed at the due date and time of best and final offers.
FD2020-21-00681
5998013725975WF 2216125-002 CIRCUIT CARD ASSEMB
FD2020-21-00664
NOUN: CIRCUIT CARD ASSEMBLY NSN: 5998015077651FJ P/N: 361A8994G1
FD2020-21-50115-02
NSN: 1377-01-055-9964ES, 1377-01-522-6385ES, 1377-01-056-8642ES, 1377-01-522-6391ES, 1377-01-056-8643ES, 1377-01-522-6387ES, 1377-01-056-8644ES, 1377-01-522-6389ES, 1377-01-073-9444ES, 1377-01-522-6388ES, 1377-01-073-9445ES, 1377-01-522-6393ES, 1377-01-515-0934ES, 1377-01-515-0935ES NOUN: PARTS KIT, ESCAPE , CORD, DETONATING PART #: 16VK016-3, 16VK016-4, 16VK016-5, 51062-7, 16VK016-801, 16VK016-803, 16VK016-804, 200310619-10 200310620-10
FD2020-21-00676
5998015134289WF 57050 CIRCUIT CARD ASSEMB
STEM,FLUID VALVE
CONTACT INFORMATION|4|N743.22|WVB|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N /A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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. 2.2.1 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 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. DRAWING DATA=7108794 |53711| E| |D| | | | DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| 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=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=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Stem must be in accordance with Naval Sea Systems Command Drawing 7108794, Item 5, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Stem; Material - ;ASTM-B150, Alloy C63200, Temper TQ50 or TQ55, Form Rod; 3.3 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 and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 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. 3.4.1 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. 3.4.2 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. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 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. 3.7 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. 3.8 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. 3.8.1 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. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. 3.9 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. 3.10 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. 3.10.1 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 ^ 3.11 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. 3.12 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-4 3.12.1 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. 3.12.2 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. 3.12.3 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 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. 3.12.4 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. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 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. Inspection records must be traceable to the material inspected. 3.13.1 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. 3.13.2 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. 3.14 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 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." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 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: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 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. 3.15.8 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. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE 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. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Marking area to be as shown on drawing.; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.10 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.18.11 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.18.12 Revisions of OQE must be provided by the originating organization and must include a description of the data modified along with the proper signature requirements herein. 3.18.13 In cases of foreign certification, conversion of foreign language unitsof measure and properties measured into U.S. units of measure must be annotated on the furnished foreign certifications, if space permits, or placed on an addendum in the same format as the foreign certification data. Such conversion must be identified as to origin with name, title, and signature of the authorized representative of the company making the conversion. 3.18.14 The certification data requirements contained in this appendix must beinvoked on the prime contractor who must delegate these requirements to all sub-tier contractors supplying Level I material. 3.19 Material Handling - The written material control process must include the following: 3.19.1 All raw materials must have traceability markings (except as specified below). 3.19.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.19.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.19.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.19.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.19.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.20 Receiving inspection - 3.20.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.20.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test...
STEM,FLUID VALVE
CONTACT INFORMATION|4|N743.22|WVB|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N /A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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. 2.2.1 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 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. DRAWING DATA=7108794 |53711| E| |D| | | | DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| 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=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=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Stem must be in accordance with Naval Sea Systems Command Drawing 7108794, Item 5, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Stem; Material - ;ASTM-B150, Alloy C63200, Temper TQ50 or TQ55, Form Rod; 3.3 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 and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 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. 3.4.1 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. 3.4.2 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. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 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. 3.7 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. 3.8 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. 3.8.1 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. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. 3.9 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. 3.10 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. 3.10.1 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 ^ 3.11 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. 3.12 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-4 3.12.1 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. 3.12.2 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. 3.12.3 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 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. 3.12.4 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. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 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. Inspection records must be traceable to the material inspected. 3.13.1 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. 3.13.2 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. 3.14 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 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." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 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: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 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. 3.15.8 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. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE 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. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Marking area to be as shown on drawing.; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.10 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.18.11 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.18.12 Revisions of OQE must be provided by the originating organization and must include a description of the data modified along with the proper signature requirements herein. 3.18.13 In cases of foreign certification, conversion of foreign language unitsof measure and properties measured into U.S. units of measure must be annotated on the furnished foreign certifications, if space permits, or placed on an addendum in the same format as the foreign certification data. Such conversion must be identified as to origin with name, title, and signature of the authorized representative of the company making the conversion. 3.18.14 The certification data requirements contained in this appendix must beinvoked on the prime contractor who must delegate these requirements to all sub-tier contractors supplying Level I material. 3.19 Material Handling - The written material control process must include the following: 3.19.1 All raw materials must have traceability markings (except as specified below). 3.19.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.19.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.19.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.19.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.19.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.20 Receiving inspection - 3.20.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.20.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test...
FD2020-21-00698
NSN: 1620011365173 NOUN: NOSE BX ASSY P/N: 57730-7
FD2030-25-01330
NSN: 2840-01-309-1177NZ NOUN: SHROUD, COMPRESSOR, A TOP DRAWING: 4076475-01 EDL REVISION & DATE: 7 / 24 OCT 2023 MDC CODE: WCL IM NAME: MORGAN, ALEX S
FD2030-25-01750
NSN: 2840-01-380-7760NZ NOUN: SYNCHRONIZING RING TOP DRAWING: 4077392 EDL REVISION & DATE: 6 / 30 JAN 2025 MDC CODE: W9F IM NAME: WOOD, DONNA S.
FD2030-25-01726
NSN: 1660-00-322-0847BO NOUN: TANK, LIQUID OXYGEN TOP DRAWING: 10C-0020-0013 EDL REVISION & DATE: 3 / 20 MAY 2022 MDC CODE: EEE IM NAME: WILEMAN, SANDRA G
FD2030-25-01311
NSN: 2840-01-267-1558NZ NOUN: SUPPORT, SEAL, AIRCRA TOP DRAWING: 4069178 EDL REVISION & DATE: 7 / 30 JUN 2023 MDC CODE: W9E IM NAME: KEEVER, RACHEL L.
F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Circuit Card Assembly. Offerors shall submit the Source Approval Request (SAR) package IAW AFMCI 23.113 and FAR 9.2 Qualification Requirements. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, possession including, at a minimum [GE Aviation Systems LLC](35012) drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 90 in advance of the occurrence of any testing that will be used as a basis for qualification. inspection during these tests. MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5998-01-653-6192 P/N: 187218-001 Noun: Circuit Card Assembly Application: f-16 5 Mar 2024 Section C 2/2 f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 187218 or [Utah State University Space Dynamics Laboratory] (05924) drawing 205-4401. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 60 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3,500.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Circuit Card Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5998-01-653-6192 P/N: 187218-001 Noun: Circuit Card Assembly Application: f-16 5 Mar 2024 Section C 1/1
FD2030-25-01767
NSN: 2840-01-308-4468NZ NOUN: NOZZLE, AUGMENTER EX TOP DRAWING: 4070741 EDL REVISION & DATE: 10 / 5 JAN 2023 MDC CODE: WGA IM NAME: FALCONER, MICHAEL S
FD2030-25-01704
NSN: 2840-01-539-2308NZ NOUN: CASE, COMPRESSOR, AIR TOP DRAWING: 4088417 EDL REVISION & DATE: 3 / 23 APR 2024 MDC CODE: WCL IM NAME: MORGAN, ALEX S
FD2030-25-01705
NSN: 2840-01-446-6505NZ NOUN: SUPPORT, TURBINE COM TOP DRAWING: 4084713 EDL REVISION & DATE: 8 / 7 APR 2025 MDC CODE: WFA IM NAME: FALCONER, MICHAEL S
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060
W912P824B0032 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Lauren A. Gandolfi at (504)862-2466 (lauren.a.gandolfi@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0032 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 2-2024, St. Mary Parish, Louisiana. Specification No. OM24060. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Lauren A. Gandolfi at (504)862-2466 (lauren.a.gandolfi@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0033 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062.
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. W912P824B0034 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 17 April 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
FD2030-25-01581
NSN: 2840-01-322-6203PR NOUN: HOUSING, OIL SUMP, AI TOP DRAWING: 1361M41G06 EDL REVISION & DATE: 12 / 03 NOV 2023 MDC CODE: ABB IM NAME: REUST, JESSE M.
FD2030-25-01096
NSN: 1650-01-042-3259 NOUN: CYLINDER ASSEMBLY, A TOP DRAWING: 1211178-005 EDL REVISION & DATE: 2 / 26 MAY 2022 MDC CODE: EFG IM NAME: DINH, VIVIAN U.
FD2020-21-00689
5999997834031WF 229-026248-11 PANEL,ELECTRONIC,SP
FD2020-21-00709
6150015559768WF 3107632P002 CABLE ASSEMBLY,SPEC
FD2020-21-00703
6130015445687WF 580470 POWER SUPPLY
FD2020-21-00651
1190011131255NB 47C522282G1 CABLEASSEMBLY,SPECI LGM-30
SEAT,VALVE
CONTACT INFORMATION|4|N743.22|WVN|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|136|N/A|N/A|N39040 - Certifications|N/A|N/A|S ee DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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. 2.2.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.3 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. DRAWING DATA=ER2640-801X1E1 |96169| A| |D| | | | DRAWING DATA=7285297 |53711| E| |D|0001 | E|00000|0000000 DRAWING DATA=7285297 |53711| E| |D|0002 | E|00000|0000000 DRAWING DATA=7285297 |53711| E| |D|0003 | E|00000|0000000 DRAWING DATA=7285297 |53711| E| |D|0004 | E|00000|0000000 DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| 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=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 ;Seats for a size 6 inch Ball Valve to be in accordance with NAVSEA Drawing 7285297, Piece 32, and liability ER2640-801X1E1 except as amplified or modified herein.; 3.2 ;Note Clarification: The note in Zone 6F of drawing 7285297 is missing punctuation that may cause misinterpretation that the slot is only required on pieces 30 and & 33. The slot is required on all seats of sheet 2 on drawing 7285297. The note must be punctuated as follows: 1 SLOT LOCATE AS SHOWN R.06 x .03 DEEP. SEE SECTION 2-6D for Pc 30 & 33 Only.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Seat - Piece 32; Material - Delrin: Dupont AF DE588 (Teflon Filled Acetal) (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Specific Gravity D792 (Note 1) 1.50 - 1.57 (B) Melting Point D2133 or D3418 172 - 184 deg C (342 - 363 deg F) (C) Tensile Strength (MIN) D638 (Notes 1 & 5) 6100 PSI (D) Tensile Impact (MIN) D1822 Type S (Notes 1 & 5) 5 FT-LB/SQ IN (E) Compressive Stress D695 2100 @ 1% DEF. (MIN - PSI) (Notes 1 & 5) 11,000 @ 10% DEF. (F) Water Absorption D570 .30% MAX 24 Hours (G) Rockwell Hardness (R) D785 (Note 1) 115 +/- 15 (H) Teflon Fiber Content (Note 2) 18 - 23% (I) Dimensional Change (Note 4) .7% MAX NOTES: 1. Material conditioning prior to test is at the vendor's option. 2. Teflon Fiber Content - As certified by DuPont (raw material). 3. Visual and Dimensional Inspection of Product (Final Machined Condition) - White Teflon string inclusions must not exceed the following: A. Diameter 1/32" B. Length 1/8" C. Density 6 indications per 100 SQ IN 4. The test method to determine dimensional stability must be performed as follows: The test specimens (finished pieces) tested must be measured at 23 +/- 3 deg C (73 +/- 5F) and placed in a mineral oil bath maintained at 160 +/- 3 deg C (320 +/- 5F) the specimens must remain in the bath for six (6) hours at temperature and allowed to slow cool in the bath at a rate not to exceed 23 +/- 3 deg C (73 +/- 5F) per hour. When the bath reaches 23 +/- 3 deg C (73 +/- 5F), the test specimens must be removed and measured. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. ^Mineral oil meets the specification as listed below: Description.......................Passes U.S.P. Test (USP XX, P.1143) Solubility........................Passes U.S.P. Test (USP XX, P.1143) Neutrality........................Passes U.S.P. Test (USP XX, P.532) Readily Carbonizable Substances...Passes U.S.P. Test (USP XX, P.532) Limit of Polynuclear Compounds....Passes U.S.P. Test (USP XX, P.532) Solid Paraffin....................Passes U.S.P. Test (USP XX, P.532) Specific Gravity @ 25 deg C (77 deg F).0.8600 to 0.8900 Viscosity @ 37.8 deg C (100F).....73.6 to 84.4 Centistokes (340-390 SUS) Flash Point Cleveland Open Cup....420 deg F (216C) (Typical) Refractive Index @ 20C (68F)......1.480 (Typical) 5. Values are minimum mean values. Individual specimen values may not vary more than 25% below the specified minimum mean value. Should one specimen exceed the 25% criteria, retest is required. Failure to meet the above criteria a second time is cause for rejection. 3.4 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat individually by measuring the seat height with the ball resting on the seat. Limits are determined by the ball diameter tolerance and the stack height tolerance combined. Refer to CSD171 for recommended methods to measure and calculate stack heights. CSD171 is available in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.5 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.6 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. 3.6.1 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. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. 3.7 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. 3.8 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. 3.9 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. 3.9.1 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 ^ 3.10 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 3.10.1 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. 3.10.2 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. 3.10.3 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 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. 3.10.4 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. 3.10.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the 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. Inspection records must be traceable to the material inspected. 3.11.1 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. 3.11.2 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. 3.12 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 Command (DCMC) Office. In the event that a local Government representative or DCMC Office cannot be located, our purchasing agent should be notified immediately." 3.12.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.12.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.12.3 The prime contractor must ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.12.4 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.12.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.13 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: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 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. 3.13.8 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. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE 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. 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein, and elsewhere in this contract/purchase order. 3.15 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or batch of non-metallic material, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 Material Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which must only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool must be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. When permanent marking is required, it must be legible and must be located so as to not affect the form, fit, and function of the material. ;Seats to be marked on the outer cylindrical surface.; Seat marking requirements must maintain complete traceability to certification OQE. Seat marking must be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and must be unique to the material certification. 3.16 See CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certification - The Contractor must furnish the applicable test reports for each heat/lot/batch of seat material. Material certification test reports must include, in addition to the specification, the class, form, grade, type, process, and/or composition, as applicable, of the material supplied. 3.17 Material Handling - The written material control process must include the following: 3.17.1 All raw materials must have traceability markings (except as specified below). 3.17.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.17.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of batches or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.17.4 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability codes that are marked on the material and identified on the test reports. The certification data requirements herein must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.17.5 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Receiving Inspection - 3.18.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.18.2 Receiving Inspection must include as a minimum - Verification that the traceability number marked on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming products must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.20 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.20.1 Sampling for certification must be on the basis of one set of test specimens from each heat/lot or batch. 3.21 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address and date. 2. The contract/purchase order number (for example: N00104-11-P-FA12) 3. The National Stock Number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (for example: 1H 4820 012345678 L1) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds ("N/A" when Not Applicable). 5. Certification that O-rings, packing, gaskets, or other elastomeric products were installed in a compressed state within an assembly or sub-assembly, prior to expiration of the shelf life ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements and list each contractually invoked conformance/compliance test performed by name and that it was performed satisfactorily. 9. Contractor's or authorized personnel's signature. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government S...
PENETRATOR,HULL
CONTACT INFORMATION|4|N743.22|WVS|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040 - Certifications|N/A|N/A |See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| EVALUATION OF FIRST ARTICLE TESTING|3|||| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. Weld procedure and qual data 120 days adc Approval of weld procedures and qual data 60 days after receipt FAT REPORT 180 DAYS AFTER APPROVAL OF PR APPROVAL OF FAT REPORT 60 DAYS AFTER RECEIPT PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 8. This solicitation requires First Article Testing. See FAR 52.290-4 First Article Approval - Government Testing for more details. 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. 2.2.1 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 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. DRAWING DATA=CPG1022 |96169| F| |D|0001 | F|49998|0030132 DRAWING DATA=CPG1022 |96169| F| |D|0002 | F|49998|0021064 DRAWING DATA=CPG1022 |96169| F| |D|0003 | F|49998|0022286 DRAWING DATA=CPG1022 |96169| F| |D|0004 | F|49998|0021419 DRAWING DATA=CPG1022 |96169| F| |D|0005 | F|49998|0022582 DRAWING DATA=CPG1022 |96169| F| |D|0006 | F|49998|0019811 DRAWING DATA=CPG1022 |96169| F| |D|0007 | F|49998|0022652 DRAWING DATA=CPG1022 |96169| F| |D|0008 | F|49998|0011258 DRAWING DATA=CPG1022 |96169| F| |D|0009 | F|49998|0023824 DRAWING DATA=CPG1022 |96169| F| |D|0010 | F|49998|0020856 DRAWING DATA=CPG1022 |96169| F| |D|0011 | F|49998|0014477 DRAWING DATA=CPG1022 |96169| F| |D|0012 | F|49998|0008560 DRAWING DATA=CPG1022 |96169| F| |D|0013 | F|49998|0018011 DRAWING DATA=CPG1022 |96169| F| |D|0014 | F|49998|0025103 DRAWING DATA=CPG1022 |96169| F| |D|0015 | F|49998|0023546 DRAWING DATA=CPG1022 |96169| F| |D|0016 | F|49998|0020347 DRAWING DATA=CPG1022 |96169| F| |D|0017 | F|49998|0025199 DRAWING DATA=CPG1022 |96169| F| |D|0018 | F|49998|0045572 DRAWING DATA=CPG1022 |96169| F| |D|0019 | F|49998|0040276 DRAWING DATA=CPG1022 |96169| F| |D|0020 | F|49998|0039212 DRAWING DATA=CPG1022 |96169| F| |D|0021 | F|49998|0030139 DRAWING DATA=CPG1022 |96169| F| |D|0022 | F|49998|0037282 DRAWING DATA=CPG1022 |96169| F| |D|0023 | F|49998|0033419 DRAWING DATA=CPG1022 |96169| F| |D|0024 | F|49998|0046612 DRAWING DATA=CPG1022 |96169| F| |D|0025 | F|49998|0042207 DRAWING DATA=CPG1022 |96169| F| |D|0026 | F|49998|0045002 DRAWING DATA=CPG1022 |96169| F| |D|0027 | F|49998|0009713 DRAWING DATA=CPG1022 |96169| F| |D|0028 | F|49998|0046354 DRAWING DATA=CPG1022 |96169| F| |D|0029 | F|49998|0005500 DRAWING DATA=CPG1022 |96169| F| |D|0030 | F|49998|0016659 DRAWING DATA=CPG1022 |96169| F| |D|0031 | F|49998|0041132 DRAWING DATA=CPG1022 |96169| F| |D|0032 | F|49998|0014803 DRAWING DATA=CPG1022 |96169| F| |D|0033 | F|49998|0013312 DRAWING DATA=CPG1022 |96169| F| |D|0034 | F|49998|0030085 DRAWING DATA=CPG1022 |96169| F| |D|0035 | F|49998|0031585 DRAWING DATA=CPG1022 |96169| F| |D|0036 | F|49998|0031527 DRAWING DATA=CPG1022 |96169| F| |D|0037 | F|49998|0012406 DRAWING DATA=CPG1022 |96169| F| |D|0038 | F|49998|0046896 DRAWING DATA=CPG1022 |96169| F| |D|0039 | F|49998|0010039 DRAWING DATA=CPG1022 |96169| F| |D|0040 | F|49998|0056377 DRAWING DATA=CPG1022 |96169| F| |D|0041 | F|49998|0005432 DRAWING DATA=CPG1022 |96169| F| |D|0042 | F|49998|0048047 DRAWING DATA=CPG1022 |96169| F| |D|0043 | F|49998|0052300 DRAWING DATA=CPG1022 |96169| F| |D|0044 | F|49998|0024276 DRAWING DATA=CPG1022 |96169| F| |D|0045 | F|49998|0034480 DRAWING DATA=CPG1022 |96169| F| |D|0046 | F|49998|0026803 DRAWING DATA=CPG1022 |96169| F| |D|0047 | F|49998|0012965 DRAWING DATA=CPG1022 |96169| F| |D|0048 | F|49998|0013581 DRAWING DATA=CPG1022 |96169| F| |D|0049 | F|49998|0010520 DRAWING DATA=CPG1022 |96169| F| |D|0050 | F|49998|0010755 DRAWING DATA=CPG1022 |96169| F| |D|0051 | F|49998|0018605 DRAWING DATA=CPG1022 |96169| F| |D|0052 | F|49998|0009701 DRAWING DATA=CPG1022 |96169| F| |D|0053 | F|49998|0024802 DRAWING DATA=CPG1022 |96169| F| |D|0054 | F|49998|0032131 DRAWING DATA=CPG1022 |96169| F| |D|0055 | F|49998|0014331 DRAWING DATA=CPG1022 |96169| F| |D|0056 | F|49998|0010587 DRAWING DATA=CPG1022 |96169| F| |D|0057 | F|49998|0015026 DRAWING DATA=CPG1022-1 |96169| D| |D|0000.A | D|49998|0074948 DRAWING DATA=CPG1022-1 |96169| D| |D|0000.B | C|49998|0129832 DRAWING DATA=CPG1022-1 |96169| D| |D|0000.C | D|49998|0016731 DRAWING DATA=CPG1022-1 |96169| D| |D|0001 | D|49998|0095662 DRAWING DATA=CPG1022-1 |96169| D| |D|0002 | C|49998|0048488 DRAWING DATA=CPG1022-1 |96169| D| |D|0003 | C|49998|0049407 DRAWING DATA=CPG1022-1 |96169| D| |D|0004 | D|49998|0061828 DRAWING DATA=CPG1022-1 |96169| D| |D|0005 | B|49998|0017369 DRAWING DATA=CPG1022-1 |96169| D| |D|0006 | D|49998|0024738 DRAWING DATA=CPG1022-1 |96169| D| |D|0007 | B|49998|0020905 DRAWING DATA=CPG1022-1 |96169| D| |D|0008 | D|49998|0019097 DRAWING DATA=CPG1022-1 |96169| D| |D|0009 | C|49998|0017763 DRAWING DATA=CPG1022-1 |96169| D| |D|0010 | D|49998|0055696 DRAWING DATA=CPG1022-1 |96169| D| |D|0011 | B|49998|0015906 DRAWING DATA=CPG1022-2 |96169| C| |D|0000.A | C|49998|0026601 DRAWING DATA=CPG1022-2 |96169| C| |D|0000.B | C|49998|0044606 DRAWING DATA=CPG1022-2 |96169| C| |D|0001 | C|49998|0027379 DRAWING DATA=CPG1022-2 |96169| C| |D|0002 | C|49998|0022109 DRAWING DATA=CPG1022-2 |96169| C| |D|0003 | B|49998|0020160 DRAWING DATA=CPG1022-2 |96169| C| |D|0004 | C|49998|0019533 DRAWING DATA=CPG1022-2 |96169| C| |D|0005 | B|49998|0017894 DRAWING DATA=CPG1022-2 |96169| C| |D|0006 | B|49998|0021878 DRAWING DATA=CPG1025 |96169| P| |D|0001 | P|49998|0031294 DRAWING DATA=CPG1025 |96169| P| |D|0002 | P|49998|0013077 DRAWING DATA=CPG1025 |96169| P| |D|0003 | P|49998|0011923 DRAWING DATA=CPG1025 |96169| P| |D|0004 | P|49998|0021385 DRAWING DATA=CPG1025 |96169| P| |D|0005 | P|49998|0020123 DRAWING DATA=CPG1025 |96169| P| |D|0006 | P|49998|0012596 DRAWING DATA=CPG1025 |96169| P| |D|0007 | P|49998|0020575 DRAWING DATA=CPG1025 |96169| P| |D|0008 | P|49998|0025829 DRAWING DATA=CPG1025 |96169| P| |D|0009 | P|49998|0025129 DRAWING DATA=CPG1025 |96169| P| |D|0010 | P|49998|0025305 DRAWING DATA=CPG1025 |96169| P| |D|0011 | P|49998|0026218 DRAWING DATA=CPG1025 |96169| P| |D|0012 | P|49998|0023610 DRAWING DATA=CPG1025 |96169| P| |D|0013 | P|49998|0024504 DRAWING DATA=CPG1025 |96169| P| |D|0014 | P|49998|0020909 DRAWING DATA=CPG1025 |96169| P| |D|0015 | P|49998|0025043 DRAWING DATA=CPG1025 |96169| P| |D|0016 | P|49998|0024761 DRAWING DATA=CPG1025 |96169| P| |D|0017 | P|49998|0027299 DRAWING DATA=CPG1025 |96169| P| |D|0018 | P|49998|0042937 DRAWING DATA=CPG1025 |96169| P| |D|0019 | P|49998|0040502 DRAWING DATA=CPG1025 |96169| P| |D|0020 | P|49998|0036449 DRAWING DATA=CPG1025 |96169| P| |D|0021 | P|49998|0036830 DRAWING DATA=CPG1025 |96169| P| |D|0022 | P|49998|0033796 DRAWING DATA=CPG1025 |96169| P| |D|0023 | P|49998|0027339 DRAWING DATA=CPG1025 |96169| P| |D|0024 | P|49998|0041721 DRAWING DATA=CPG1025 |96169| P| |D|0025 | P|49998|0036782 DRAWING DATA=CPG1025 |96169| P| |D|0026 | P|49998|0037911 DRAWING DATA=CPG1025 |96169| P| |D|0027 | P|49998|0019706 DRAWING DATA=CPG1025 |96169| P| |D|0028 | P|49998|0031258 DRAWING DATA=CPG1025 |96169| P| |D|0029 | P|49998|0028386 DRAWING DATA=CPG1025 |96169| P| |D|0030 | P|49998|0034996 DRAWING DATA=CPG1025 |96169| P| |D|0031 | P|49998|0037489 DRAWING DATA=CPG1025 |96169| P| |D|0032 | P|49998|0026677 DRAWING DATA=CPG1025 |96169| P| |D|0033 | P|49998|0017312 DRAWING DATA=CPG1025 |96169| P| |D|0034 | P|49998|0030851 DRAWING DATA=CPG1025 |96169| P| |D|0035 | P|49998|0028589 DRAWING DATA=CPG1025 |96169| P| |D|0036 | P|49998|0009063 DRAWING DATA=CPG1025 |96169| P| |D|0037 | P|49998|0004112 DRAWING DATA=CPG1025 |96169| P| |D|0038 | P|49998|0013152 DRAWING DATA=CPG1025 |96169| P| |D|0039 | P|49998|0009572 DRAWING DATA=CPG1025 |96169| P| |D|0040 | P|49998|0012321 DRAWING DATA=CPG1025 |96169| P| |D|0041 | P|49998|0009310 DRAWING DATA=CPG1025 |96169| P| |D|0042 | P|49998|0006784 DRAWING DATA=CPG1025 |96169| P| |D|0043 | P|49998|0006124 DRAWING DATA=CPG1025 |96169| P| |D|0044 | P|49998|0008489 DRAWING DATA=CPG1025 |96169| P| |D|0045 | P|49998|0007044 DRAWING DATA=CPG1025-1 |96169| M| |D|0000.A | M|49998|0758554 DRAWING DATA=CPG1025-1 |96169| M| |D|0000.B | G|49998|1277830 DRAWING DATA=CPG1025-1 |96169| M| |D|0000.C | M|49998|0763525 DRAWING DATA=CPG1025-1 |96169| M| |D|0001 | L|49998|1091102 DRAWING DATA=CPG1025-1 |96169| M| |D|0002 | M|49998|1201771 DRAWING DATA=CPG1025-1 |96169| M| |D|0003 | L|49998|1102853 DRAWING DATA=CPG1025-1 |96169| M| |D|0004 | E|49998|0841196 DRAWING DATA=CPG1025-1 |96169| M| |D|0005 | D|49998|0392069 DRAWING DATA=CPG1025-1 |96169| M| |D|0006 | B|49998|0547744 DRAWING DATA=CPG1025-1 |96169| M| |D|0007 | D|49998|0409468 DRAWING DATA=CPG1025-1 |96169| M| |D|0008 | B|49998|0424196 DRAWING DATA=CPG1025-1 |96169| M| |D|0009 | L|49998|0555538 DRAWING DATA=CPG1025-1 |96169| M| |D|0010 | J|49998|0536845 DRAWING DATA=CPG1025-1 |96169| M| |D|0011 | B|49998|0594238 DRAWING DATA=CPG1025-1 |96169| M| |D|0012 | A|49998|0635118 DRAWING DATA=CPG1025-1 |96169| M| |D|0013 | F|49998|0683845 DRAWING DATA=CPG1025-1 |96169| M| |D|0014 | C|49998|0649459 DRAWING DATA=CPG1025-1 |96169| M| |D|0015 | A|49998|0543639 DRAWING DATA=CPG1025-1 |96169| M| |D|0016 | C|49998|0683318 DRAWING DATA=CPG1025-1 |96169| M| |D|0017 | D|49998|0554866 DRAWING DATA=CPG1025-1 |96169| M| |D|0018 | D|49998|0421953 DRAWING DATA=CPG1025-1 |96169| M| |D|0019 | K|49998|0559184 DRAWING DATA=CPG1025-1 |96169| M| |D|0020 | K|49998|0762215 DRAWING DATA=CPG1025-1 |96169| M| |D|0021 | M|49998|0397387 DRAWING DATA=CPG1025-2 |96169| K| |D|0000.A | K|49998|0360625 DRAWING DATA=CPG1025-2 |96169| K| |D|0000.B | D|49998|0070485 DRAWING DATA=CPG1025-2 |96169| K| |D|0000.C | K|49998|0359139 DRAWING DATA=CPG1025-2 |96169| K| |D|0001 | J|49998|0498469 DRAWING DATA=CPG1025-2 |96169| K| |D|0002 | K|49998|0607194 DRAWING DATA=CPG1025-2 |96169| K| |D|0003 | G|49998|0491202 DRAWING DATA=CPG1025-2 |96169| K| |D|0004 | E|49998|0491268 DRAWING DATA=CPG1025-2 |96169| K| |D|0005 | F|49998|0659594 DRAWING DATA=CPG1025-2 |96169| K| |D|0006 | F|49998|0049431 DRAWING DATA=CPG1025-2 |96169| K| |D|0007 | F|49998|0566711 DRAWING DATA=CPG1025-2 |96169| K| |D|0008 | D|49998|0028577 DRAWING DATA=CPG1025-2 |96169| K| |D|0009 | D|49998|0032712 DRAWING DATA=CPG1025-2 |96169| K| |D|0010 | D|49998|0014537 DRAWING DATA=CPG1025-2 |96169| K| |D|0011 | D|49998|0017877 DRAWING DATA=CPG1025-2 |96169| K| |D|0012 | D|49998|0014800 DRAWING DATA=CPG1025-2 |96169| K| |D|0013 | D|49998|0017435 DRAWING DATA=CPG1025-2 |96169| K| |D|0014 | D|49998|0019633 DRAWING DATA=CPG1025-2 |96169| K| |D|0015 | H|49998|0360727 DRAWING DATA=CPG1025-2 |96169| K| |D|0016 | K|49998|0452047 DRAWING DATA=CPG1025-2 |96169| K| |D|0017 | K|49998|0289051 DRAWING DATA=CPG1025-3 |96169| R| |D|0000.A | R|49998|0027337 DRAWING DATA=CPG1025-3 |96169| R| |D|0000.B | F|49998|0044462 DRAWING DATA=CPG1025-3 |96169| R| |D|0000.C | P|49998|0038682 DRAWING DATA=CPG1025-3 |96169| R| |D|0000.D | R|49998|0022384 DRAWING DATA=CPG1025-3 |96169| R| |D|0001 | N|49998|0028525 DRAWING DATA=CPG1025-3 |96169| R| |D|0002 | Q|49998|0024913 DRAWING DATA=CPG1025-3 |96169| R| |D|0002.A | Q|49998|0021598 DRAWING DATA=CPG1025-3 |96169| R| |D|0003 | K|49998|0046168 DRAWING DATA=CPG1025-3 |96169| R| |D|0003.A | R|49998|0013944 DRAWING DATA=CPG1025-3 |96169| R| |D|0004 | Q|49998|0040401 DRAWING DATA=CPG1025-3 |96169| R| |D|0005 | F|49998|0021760 DRAWING DATA=CPG1025-3 |96169| R| |D|0006 | B|49998|0022212 DRAWING DATA=CPG1025-3 |96169| R| |D|0007 | A|49998|0015109 DRAWING DATA=CPG1025-3 |96169| R| |D|0008 | A|49998|0015794 DRAWING DATA=CPG1025-3 |96169| R| |D|0009 | A|49998|0013290 DRAWING DATA=CPG1025-3 |96169| R| |D|0010 | C|49998|0012815 DRAWING DATA=CPG1025-3 |96169| R| |D|0011 | C|49998|0028422 DRAWING DATA=CPG1025-3 |96169| R| |D|0012 | C|49998|0014600 DRAWING DATA=CPG1025-3 |96169| R| |D|0013 | Q|49998|0017327 DRAWING DATA=CPG1025-3 |96169| R| |D|0014 | B|49998|0018098 DRAWING DATA=CPG1025-3 |96169| R| |D|0015 | A|49998|0017742 DRAWING DATA=CPG1025-3 |96169| R| |D|0016 | C|49998|0019329 DRAWING DATA=CPG1025-3 |96169| R| |D|0017 | C|49998|0013702 DRAWING DATA=CPG1025-3 |96169| R| |D|0018 | A|49998|0012067 DRAWING DATA=CPG1025-3 |96169| R| |D|0019 | G|49998|0016930 DRAWING DATA=CPG1025-3 |96169| R| |D|0020 | B|49998|0019213 DRAWING DATA=CPG1025-3 |96169| R| |D|0021 | C|49998|0017065 DRAWING DATA=CPG1025-3 |96169| R| |D|0022 | C|49998|0012754 DRAWING DATA=CPG1025-3 |96169| R| |D|0023 | E|49998|0013130 DRAWING DATA=CPG1025-3 |96169| R| |D|0024 | C|49998|0012962 DRAWING DATA=CPG1025-3 |96169| R| |D|0025 | C|49998|0010377 DRAWING DATA=CPG1025-3 |96169| R| |D|0026 | C|49998|0015104 DRAWING DATA=CPG1025-3 |96169| R| |D|0027 | D|49998|0018254 DRAWING DATA=CPG1025-3 |96169| R| |D|0028 | H|49998|0010629 DRAWING DATA=CPG1025-3 |96169| R| |D|0029 | Q|49998|0018638 DRAWING DATA=CPG1025-3 |96169| R| |D|0030 | N|49998|0023420 DRAWING DATA=CPG1025-3 |96169| R| |D|0031 | N|49998|0014315 DRAWING DATA=CPG1025-3 |96169| R| |D|0032 | P|49998|0020641 DRAWING DATA=CPG1025-3 |96169| R| |D|0033 | P|49998|0013362 DRAWING DATA=CPG1025-3 |96169| R| |D|0034 | R|49998|0012151 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| 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-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-DTL-24231 |0005| |E |130426|A| | | DOCUMENT REF DATA=MIL-DTL-24231 |0011| |E |130426|A| | | DOCUMENT REF DATA=MIL-DTL-24231 |0012| |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |181118|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 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in CPG 1025, except as amplified or modified herein. CPG 1025 ordering data information is provided below. (a) Penetrator, Connector Type, Electrical; CPG 1025. (b) ;Connectorized Hull Penetrator Assemblies Multiple Connector Type, CPG 1025/1, Part Number CPG 1025/1-105; (c) Special wiring and inboard cables are not required. (d) Pressure proof receptacle caps are not required. (e) Level of preservation, packaging, and marking must be as specified elsewhere in the contract/purchase order. 3.2 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.3 ;The FAT sample(s) must not be delivered against the contract quantity.; 3.4 ;This Penetrator Assembly must be furnished with both Washers, CPG 1022/1-006 and CPG 1025/1-005. First Article Testing may be performed with either Washer.; 3.5 ;Paragraph 4.1 of CPG 1025 does not apply.; 3.6 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Penetrator Body, CPG 1025/1-001; Penetrator Cover, M24231/11-008; Nut, CPG 1022/1-005; and Washers, CPG 1022/1-006 and CPG 1025/1-005; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened; or QQ-N-286, Form 7, Annealed and Age Hardened. Mechanical properties to be in accordance with CPG 1025, Paragraph 3.3.2; Part - ;Receptacle Body, M24231/12-010; Material - ;QQ-N-281, Class A and must meet the requirements of MIL-DTL-24231 Paragraph 3.3.2.1; 3.7 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 and specifications is still required, but certifications are only required as listed below. 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 - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - Quality Conformance/Compliance Inspection Item - ;Each Hull Penetrator Assembly; Performance - ;CPG 1025, Paragraph 4.5; Acceptance - ;CPG 1025, Paragraph 4.5; Attribute - Annealing and Age Hardening Item - ;Each Penetrator Body, CPG 1025/1-001; Penetrator Cover, M24231/11-008; Nut, CPG 1022/1-005; and Washers, CPG 1022/1-006 and CPG 1025/1-005; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Attribute - Time Temperature plots and certified calibration records of furnace temperature measuring devices Item - ;Each Penetrator Body, CPG 1025/1-001; Penetrator Cover, M24231/11-008; Nut, CPG 1022/1-005; and Washers, CPG 1022/1-006 and CPG 1025/1-005; Performance - ;When required by CPG 1025, Paragraph 3.3.1.2; Test - ;Dye Penetrant Inspection; Item - ;Each Penetrator Body (CPG 1025/1-001), Penetrator Cover (M24231/11-008), Nut (CPG 1022/1-005), and Washers (CPG 1022/1-006 and CPG 1025/1-005); Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 3.8 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 / -0 PSIG. 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 the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests 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. 3.9 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.10 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. 3.10.1 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. 3.10.2 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. 3.10.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.11 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.12 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.13 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. Repair welding is not permitted on ;QQ-N-286; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.14 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 3.15 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. 3.15.1 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. 3.15.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.15.3 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. 3.16 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. 3.17 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. 3.17.1 Marking of material with a Material Designator per the Dr...
FD2020-21-00712
NSN: 1630-01-087-0430 NOUN: VALVE ASSEMBLY, BRAKE PART #: 16VL014004-3
FD2020-21-00723
5998011605540QX ELECTRONIC COMPONENT 50 IMAGES
FD2020-21-00716
1560014975078WF 5004270-03 TRANSPARENCY,CANOPY F-16
FD2020-21-00715
1560014975956WF 5006550-03 TRANSPARENCY,CANOPY F-16
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No 2-2024 OM-24-275
Solicitation Package for W912P824B0008
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2024 OM-24-275
Solicitation Package W912P824B0007
FD2020-21-00645
NSN: 1630010454508 NOUN: MANIFOLD,FLUID,AIRC P/N: 16L202-21
FD2030-25-00220
NSN: 2840-01-584-1803NZ NOUN: SEAL, METALLIC, AIRCR TOP DRAWING: 4088875 EDL REVISION & DATE: 3 / FEB 2023 MDC CODE: WFD IM NAME: HANSON-WHEELER, JERRI L
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutter head Dredge No 3-2024 OM-24-277
Solicitation Package for W912P824B0009
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutter head Dredge No.4- 2024 OM-24-278
Solicitation Package for W912P824B0010
FD2020-21-00541
5895015740379UG PROCESSOR,COMMUNICATION 7 IMAGES
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061
W912P824B0033 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062.
W912P824B0034 - Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 4-2024, St. Mary Parish, Louisiana. Specification No. OM24062. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $10,000,000 and $25,000,000. The work consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor H. Brandon at (504)862-1009 (Taylor.H.Brandon@usace.army.mil).
FD2030-25-01832
NSN: 1660-00-571-2238BO NOUN: CONVERTER, LIQUID OX TOP DRAWING: MIL-DTL-25666/7 EDL REVISION & DATE: 6 / 23 JUN 2022 MDC CODE: EEE IM NAME: FALCONER, MICHEAL S.
FD2030-24-01071
NSN: 2840-01-307-9562PR NOUN: CASE, COMPRESSOR, AIR TOP DRAWING: 1285M49G03 EDL REVISION & DATE: 5 / 10 JUN 2024 MDC CODE: AAL IM NAME: HANSON-WHEELER, JERRI L
12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N712.11|AE6|717-605-5192|CHRISTIAN.D.SPANGENBERG2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||NA|N00104|NA|NA|SEE SCHEDULE|SEE SCHEDULE|||NA|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|332999|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PANEL,INDICATOR . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PANEL,INDICATOR repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;04801 900-21860 ; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 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. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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. 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. 6.2 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. 6.3 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.
12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
NSN 7H-1290-014382607, TDP VER 003, QTY 4 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, INDUCTION NIIN IS 7H, 1290, 014382607, PANEL,INDICATOR, 900-21860. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N712.11|AE6|717-605-5192|CHRISTIAN.D.SPANGENBERG2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||NA|N00104|NA|NA|SEE SCHEDULE|SEE SCHEDULE|||NA|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|332999|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PANEL,INDICATOR . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PANEL,INDICATOR repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;04801 900-21860 ; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 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. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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. 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. 6.2 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. 6.3 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.
FD2030-25-01702
NSN: 2840-01-267-1558NZ NOUN: SUPPORT, SEAL, AIRCRA TOP DRAWING: 4069178 EDL REVISION & DATE: 7 / 30 JUN 2023 MDC CODE: W9E IM NAME: DINH, VIVIAN U
Manufacturing Research and Technology Development - Open Broad Agency Announcement
Annual Update to the BAA (FA8650-21-S-5001)
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors