Federal Contract Opportunities
Showing 251-300 of 2,703 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
FD2020-22-00176
1560-01-059-6480FJ, RIB,STIFFENER,AIRCR, 160D611631-3, EDL Rev 7. 1560-01-063-1116FJ, RIB,STIFFENER,AIRCR, 160D611631-4, EDL Rev 10. 1560-01-227-2073FJ, RIB,AIRFOIL, 160D612105-13, EDL Rev 9. 1560-01-228-3678FJ, FLAP TRACK ASSEMBLY, 160D611632-5, EDL Rev 16. 1560-01-522-2407FJ, FLAP TRACK ASSEMBLY, 160D611632-6, EDL Rev 9.
66--NAVIGATIONZLGHTZWHI
CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.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 SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| 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|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| 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|334514|850|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 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=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|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=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 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. 3.4 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 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. 3.6 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. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 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. 3.8.2 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. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.8.4 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. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 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. 3.9.2 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. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 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: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 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. 3.11.8 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. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would 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 material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 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 on the material, 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. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, 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. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. 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 (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers 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 preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 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 Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, ...
66--NAVIGATIONZLGHTZWHI
CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.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 SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| 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|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| 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|334514|850|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 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=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|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=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 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. 3.4 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 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. 3.6 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. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 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. 3.8.2 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. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.8.4 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. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 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. 3.9.2 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. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 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: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 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. 3.11.8 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. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would 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 material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 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 on the material, 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. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, 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. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. 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 (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers 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 preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 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 Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, ...
FLANGE,PIPE
CONTACT INFORMATION|4|N743.22|WVP|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|| This amendment is being issued to extend the solicitation closing date. 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 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=1385861 |80064| H|DW |D|0001 | H|49998|0251098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|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-C-24679 | | | |880506|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 3 inch, 700 PSI Flange must be in accordance with Buships drawing 810-1385861, Type G, except as amplified or modified herein.; 3.2 ;The spotface diameter to be used on flanges is 1 1/4 inches. The spotfacing must not be cut more than 1/32 inch below the minimum flange thickness. Spotfacing which cuts into the hub of the flange is acceptable.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Flange; Material - ;MIL-C-24679, Alloy C71500; 3.4 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 - Dye Penetrant Inspection Item - ;Flange; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-C-24679 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 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 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 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. 3.11.1 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 ^ 3.12 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. 3.13 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 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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. 3.14.1 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. 3.14.2 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. 3.15 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." 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 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. 3.17.1 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;; 3.19 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: 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 ELECTRONIC SIGNATURES. 3.19.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.19.6 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 3.19.7 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). 3.19.8 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 identif...
FLANGE,PIPE
CONTACT INFORMATION|4|N743.22|WVP|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 "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 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=1385861 |80064| H|DW |D|0001 | H|49998|0251098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|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-C-24679 | | | |880506|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 3 inch, 700 PSI Flange must be in accordance with Buships drawing 810-1385861, Type G, except as amplified or modified herein.; 3.2 ;The spotface diameter to be used on flanges is 1 1/4 inches. The spotfacing must not be cut more than 1/32 inch below the minimum flange thickness. Spotfacing which cuts into the hub of the flange is acceptable.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Flange; Material - ;MIL-C-24679, Alloy C71500; 3.4 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 - Dye Penetrant Inspection Item - ;Flange; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-C-24679 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 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 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 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. 3.11.1 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 ^ 3.12 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. 3.13 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 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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. 3.14.1 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. 3.14.2 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. 3.15 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." 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 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. 3.17.1 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;; 3.19 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: 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 ELECTRONIC SIGNATURES. 3.19.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.19.6 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 3.19.7 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). 3.19.8 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 docume...
NORTHERN ROCKIES STEWARDSHIP BPA
***This solicitation will remain open to receipt of proposals at any time. Proposals are requested to be submitted by April 20, 2023 for potential projects in the 2023 field season. Proposals received after this date will be evaluated at the convenience of the Forest Service*** Description The Northern Rockies Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Northern Rockies stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Stewardship Restoration project areas in Idaho, Montana, North Dakota, and South Dakota. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Idaho Panhandle, Nez Perce-Clearwater, Beaverhead-Deerlodge, Bitterroot, Custer-Gallatin, Flathead, Helena- Lewis and Clark, Kootenai, and Lolo National Forests and the Dakota Prairie Grasslands. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at https://www.aptac-us.org/contracting-assistance/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Questions must be submitted in writing and emailed to Matt Daigle. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov.
NORTHERN ROCKIES STEWARDSHIP BPA
***Amendment 001: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes AGAR clauses and provisions that have been rescinded.*** ***This solicitation will remain open to receipt of proposals at any time. Proposals are requested to be submitted by April 20, 2023 for potential projects in the 2023 field season. Proposals received after this date will be evaluated at the convenience of the Forest Service*** Description The Northern Rockies Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Northern Rockies stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Stewardship Restoration project areas in Idaho, Montana, North Dakota, and South Dakota. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Idaho Panhandle, Nez Perce-Clearwater, Beaverhead-Deerlodge, Bitterroot, Custer-Gallatin, Flathead, Helena- Lewis and Clark, Kootenai, and Lolo National Forests and the Dakota Prairie Grasslands. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at https://www.aptac-us.org/contracting-assistance/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Questions must be submitted in writing and emailed to Matt Daigle. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov.
FD2020-21-00598
NSN: 1560-01-320-0746WF PN: 16S951-851 PYLON,AIRCRAFT
BALL JOINT
CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issued to extend the closing date. \ 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 toN00102 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 PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 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. 5. 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). 6. 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. 7. 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. 8. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 9. This requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. \ 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 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;830-6404016 - CONFIDENTIAL; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 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. 2.3.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001 | A|49998|0032647 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001.A | A|49998|0041250 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0002 | A|49998|0018549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0003 | A|49998|0020330 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004 | A|49998|0034988 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004.A | A|49998|0014187 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0005 | A|49998|0053007 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0006 | A|49998|0042477 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0007 | A|49998|0036752 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0008 | A|49998|0052601 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0009 | A|49998|0038926 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0010 | A|49998|0038916 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0011 | A|49998|0049740 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0012 | A|49998|0032950 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0013 | A|49998|0027549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0014 | A|49998|0044189 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0015 | A|49998|0005209 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0016 | A|49998|0011895 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0017 | A|49998|0008180 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0018 | A|49998|0018601 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0001 | A|49998|0056831 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0002 | A|49998|0036178 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0003 | A|49998|0067084 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0004 | A|49998|0020551 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0005 | A|49998|0041619 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0006 | A|49998|0036523 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0007 | A|49998|0039219 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0008 | A|49998|0037181 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0009 | A|49998|0017405 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0001 | A|49998|0050954 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0002 | A|49998|0026818 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0003 | A|49998|0070451 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0004 | A|49998|0037409 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0005 | A|49998|0024070 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0006 | A|49998|0027789 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0007 | A|49998|0055237 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0008 | A|49998|0040651 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0009 | A|49998|0041691 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0010 | A|49998|0039731 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0011 | A|49998|0039657 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0012 | A|49998|0033413 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0013 | A|49998|0007370 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0014 | A|49998|0019031 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0015 | A|49998|0014926 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001 | A|49998|0033997 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001.A | A|49998|0045157 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0002 | A|49998|0021918 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0003 | A|49998|0023584 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0004 | A|49998|0020593 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0005 | A|49998|0045293 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0006 | A|49998|0042351 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0007 | A|49998|0035542 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0008 | A|49998|0016157 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001 | A|49998|0031704 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001.A | A|49998|0043765 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0002 | A|49998|0016566 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0003 | A|49998|0020977 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004 | A|49998|0015831 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004.A | A|49998|0011033 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0005 | A|49998|0069238 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0006 | A|49998|0015814 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0001 | A|49998|0029799 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0002 | A|49998|0030924 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0003 | A|49998|0007940 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0004 | A|49998|0015367 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0005 | A|49998|0013292 DRAWING DATA=1385861 |53711| H| |D|0001 | H|49998|0762439 DRAWING DATA=6404016 |53711| B| |F|0001 | B|00026|0000000 DRAWING DATA=7409397 |53711| A| |D|0000.A | A|49998|0033695 DRAWING DATA=7409397 |53711| A| |D|0001 | A|49998|0064297 DRAWING DATA=7409397 |53711| A| |D|0002 | A|49998|0030482 DRAWING DATA=7409397 |53711| A| |D|0003 | A|49998|0012305 DRAWING DATA=7409397 |53711| A| |D|0004 | A|49998|0013958 DRAWING DATA=7409397 |53711| A| |D|0005 | A|49998|0028080 DRAWING DATA=7409397 |53711| A| |D|0006.1 | A|49998|0063000 DRAWING DATA=7409397 |53711| A| |D|0006.2 | A|49998|0065929 DRAWING DATA=7409397 |53711| A| |D|0006.3 | A|49998|0063879 DRAWING DATA=7409397 |53711| A| |D|0006.4 | A|49998|0063933 DRAWING DATA=7409397 |53711| A| |D|0006.5 | A|49998|0017595 DRAWING DATA=7409397 |53711| A| |D|0006.6 | A|49998|0041814 DRAWING DATA=7409397 |53711| A| |D|0007.1 | A|49998|0033641 DRAWING DATA=7409397 |53711| A| |D|0007.2 | A|49998|0037140 DRAWING DATA=7409397 |53711| A| |D|0007.3 | A|49998|0033499 DRAWING DATA=7409397 |53711| A| |D|0007.4 | A|49998|0035238 DRAWING DATA=7409397 |53711| A| |D|0008 | A|49998|0013266 DRAWING DATA=7409397 |53711| A| |D|0009 | A|49998|0050808 DRAWING DATA=7409397 |53711| A| |D|0010 | A|49998|0072086 DRAWING DATA=7409397 |53711| A| |D|0011 | A|49998|0155498 DRAWING DATA=7409397 |53711| A| |D|0012 | A|49998|0110719 DRAWING DATA=7409397 |53711| A| |D|0013 | A|49998|0107679 DRAWING DATA=7409397 |53711| A| |D|0014 | A|49998|0121411 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-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|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=AIA/NAS NASM 17828 | | |1 |130430|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|A| | | 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 ;The ball joint must be in accordance with NAVSEA drawing 596-7409397 Assembly A along with all Engineering Reports provided, except as amplified or modified herein.; 3.2 ;NOTE: Reference to Note 47 on drawing 7409397 must be disregarded for Stud, Part Number 20.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Lower Body, Part Number 1; Retainer, Part Number 2; Ball, Part Number 5; and Flange, Part Number 6 of drawing 7409397; Material - ;QQ-N-281, Class A, Form 2, Condition Forged, High Tensile and Stress Relieved; Part - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Material - ;MIL-DTL-1222, QQ-N-286, Hot Finished or Cold Drawn, Annealed and Age Hardened; PART - ;Self-Locking Nut, Part Number 21 of drawing 7409397; MATERIAL - QQ-N-281, class A annealed (hot finished or cold drawn) or class B cold drawn. All material must be from the same class. SELF-LOCKING ELEMENT- ASTM-D4066, Group 01, Class 1, Grade 1 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Visual and Dye Penetrant Inspection (final layer); Item - ;Joint Number J2031; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035; Test - ;Hydrostatic testing; Item - ;Each Assembly; Performance - ;Note 7018 of drawing 7409397; Acceptance - ;Note 7018 of drawing 7409397; Attribute - Annealing and Age Hardening Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - QQ-N-286 Test - ;Liquid Penetrant Inspection; Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Nut, Part Number 21 of drawing 7409397; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027; Acceptance - ;NASM25027; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM-D4066, Group 01, Class 1, Grade 1; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. 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 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Joint Number J2031 and must be identified to the weld joint; . 3.6 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. 3.7 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;830-6404016, Rev B; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.8 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;7002 and 7003; of drawing ;7409397; . 3.8.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.8.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.9 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.10 ;Surface waviness must be verified prior to Teflon coating.; 3.11 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.11.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.11.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.12 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.12.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.12.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.13 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.14 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. 3.14.1 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. 3.14.2 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. 3.14.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.15 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. 3.16 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/ 3.17 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 3.18 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.18.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.18.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.18.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.19 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.20 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 990997177; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.21 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. 3.22 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. 3.23 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. 3.23.1 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. 3.23.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.23.3 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. 3.24 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. 3.25 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. 3.25.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception ...
PISTON,LINEAR ACTUA
CONTACT INFORMATION|4|N743.45| WVE|7176053229|CHRISTIAN.M.VALDEZ4.CIV@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 CHRISTIAN.M.VALDEZ4.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|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment have been release to extend closing date. This amendmend is issue to extend the closing date. This amendment is issued to extend the closing date. 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 toN00102 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=4457086 |80064|AJ| |D|0001 |AJ|49998|0105352 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 |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 complete Piston must be in accordance with NAVSHIPS drawing 4457086, part number 2, except as amplified or modified herein.; 3.1.1 ;Notes: 1. The dimension of the outside diameter must be 12.369 +.010 -.010 in lieu of 12.244 +.001 -.001. 2. The quad ring groove as shown in detail 7-A must be machined at installation.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Piston; Material - ;ASTM-B150, Alloy C63000, Temper O20, O25 or O30; 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 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 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. 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 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. 3.7.1 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. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.7.3 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. 3.8 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. 3.9 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 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. 3.11 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.11.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.11.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.11.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.11.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.11.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.11.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.11.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.11.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.11.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.11.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.11.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.11.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.12 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. ; ; 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. 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. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 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 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. 3.18.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 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 im...
PARTS KIT,BALL VALV
CONTACT INFORMATION|4|N743.49|WVT|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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|| This amendment is issued to update the QTY from 44 to 52 KT. \ This amendment is issued to extend the closing date. \ 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 toN00102 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 72 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. This is a Level 1 Repair. 7. Please submit: FIRM FIXED PRICE (FFP). This includes the teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. See statement of work in solicitation. Please also provide an approximate cost of new item if available. 8. A beyond repair (BR)/ beyond economic repair (BER) price shall also beprovided in addition to the repair price at time submission of quote. 9. Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. 10. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA25 for further details. 11. 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=EB-2000 |96169| C|SP |D|0001 | C|49998|0484385 DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4384678C03 |53711| C|DN |D|0001 | C|49998|0035403 DRAWING DATA=4384678C04 |53711| C|DN |D|0001 | C|49998|0040252 DRAWING DATA=4385049 |53711| D| |D|0001 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0002 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0003 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0004 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0005 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0006 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0007 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0008 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0009 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0010 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0011 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0012 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0013 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0014 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0015 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0016 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0017 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0018 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0019 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0020 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0021 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0022 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0023 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0024 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0025 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0026 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0027 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0028 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0029 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0030 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0031 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0032 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0033 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0034 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0035 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0036 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0037 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0038 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0039 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0040 | D|00026|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markings to each unit throughout refurbishment. 3.1.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification a and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.1.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications are not required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications are not available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.1.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identified above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.1.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Ship Systems Command Drawing 803-4385049 consisting of one Ball, Piece 2, (Ball must be Alumina-Titania/PTFE coated in lieu of Teflon Coating) and two mating Seats, Piece 3; , except as amplified or modified herein. This applies to all "Parts Requiring Certification" as identified elsewhere in this Contract/Purchase Order. 3.1.6 ADDITIONAL SOW REQUIREMENTS - ;Balls which are not usable must be dispositioned and new balls are not to be manufactured under this contract.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball, Piece 2; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 3; Material - MC903 (Type 6 cast nylon produced with polyepsilon caprolactam by the direct polymerization process) as manufactured by the Polymer Corporation or equal in accordance with Electric Boat Division Specification 2000. (Properties Specified Below Only) Item Property Test Method Value (A) Melting Point ASTM E794 or ASTM D3418 221 deg C +/- 9 (B) Relative Viscosity ASTM D789 (Notes 1 and 4) 2000 Minimum (C) Specific Gravity ASTM D792 1.15-1.17 at 23 deg C (D) Dimensional Change Notes 2 & 4 0.2% Maximum (E) Tensile Impact ASTM D1822 Type S 80 ft-lbs/in?2 Specimen (Notes 5 & 6) Minimum (Note 3) (F) Tensile Yield Stress ASTM D638 (Note 6) 9000 psi Min. (Note 3) (G) Compressive Strength^ ASTM D695 (Note 6) 9000 psi Min. (Note 3) ^(at 1 percent Offset) (H) Water Absorption 24 hour ASTM D570 1.3 percent Maximum Saturation ASTM D570 7.0 percent Maximum (I) Rockwell "M" Hardness ASTM D785 75 Minimum Note 1: The test specimen must be finely ground particulates. After immersion the material must be checked daily for dissolution and must dissolve no longer than one hundred twenty (120) hours from the start of immersion. Within twenty-four (24) hours of the test specimen determined to be fully dissolved, it must be tested for viscosity. Note 2: Dimensional stability testing must be performed in accordance with the dimensional stability method per ASTM D5989 or equivalent. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. Note 3: These values are minimum averages. Separate specimens results may vary by 25%. Note 4: Any change to an already established heat or annealing cycle to achieve both relative viscosity and/or dimensional stability must be presented to the procuring activity for approval along with justification for the change. Note 5: Tensile-impact test specimens are to be type S in accordance with ASTM D1822, or round cylindrical specimens in accordance with MIL-DTL-32286, Paragraph 3.8 Note 6: Prior to test, the specimens must be dried in accordance with Federal Specification L-P- 410A, Paragraph 4.4.5. 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 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.5 ;Defects in the Ball Stem Slot are acceptable if backlash between the Ball and Stem does not exceed 5 degrees and defects do not exceed 0.050" in depth or cover more than 40% of the surface area.; 3.6 ;Seats are to be manufactured and must meet the drawing stack height requirements when mated with the refurbished ball.; 3.7 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.8 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/. 3.9 Alumina-Titania/PTFE coating of Ball(s) must be in accordance with A & A Company Specification Navy016 Rev L. Each Ball manufactured/repaired under this Order must be tagged with a durable non-metallic tag with thefollowing statement: "Ball coated with Alumina-Titania/PTFE coating per A & ACompany, South Plainfield New Jersey, proprietary procedure NAVY016 Rev L. This coating was approved by NAVSEA and these Balls are an approved replacement for the Ball, piece ;2; , of Naval Ship Systems Command Drawing ;803-4385049; ." 3.10 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.11 ;Surface waviness must be verified after Grinding/Finishing of Alumina-Titania coating and before PTFE application. Surface finish of the Alumina-Titania coating, prior to PTFE application must be 32 microinches.; 3.12 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. 3.13 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. 3.14 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. 3.14.1 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. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.14.3 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. 3.15 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. 3.16 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. 3.16.1 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 ^ 3.17 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. 3.18 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.18.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.18.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.18.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.18.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.18.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.18.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.18.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.18.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.18.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.18.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.18.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.18.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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 ...
PARTS KIT,BALL VALV
CONTACT INFORMATION|4|N743.49|WVT|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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 toN00102 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 72 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. This is a Level 1 Repair. 7. Please submit: FIRM FIXED PRICE (FFP). This includes the teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. See statement of work in solicitation. Please also provide an approximate cost of new item if available. 8. A beyond repair (BR)/ beyond economic repair (BER) price shall also beprovided in addition to the repair price at time submission of quote. 9. Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. 10. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA25 for further details. 11. 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=EB-2000 |96169| C|SP |D|0001 | C|49998|0484385 DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4384678C03 |53711| C|DN |D|0001 | C|49998|0035403 DRAWING DATA=4384678C04 |53711| C|DN |D|0001 | C|49998|0040252 DRAWING DATA=4385049 |53711| D| |D|0001 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0002 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0003 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0004 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0005 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0006 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0007 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0008 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0009 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0010 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0011 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0012 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0013 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0014 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0015 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0016 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0017 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0018 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0019 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0020 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0021 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0022 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0023 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0024 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0025 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0026 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0027 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0028 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0029 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0030 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0031 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0032 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0033 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0034 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0035 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0036 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0037 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0038 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0039 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0040 | D|00026|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markings to each unit throughout refurbishment. 3.1.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification a and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.1.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications are not required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications are not available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.1.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identified above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.1.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Ship Systems Command Drawing 803-4385049 consisting of one Ball, Piece 2, (Ball must be Alumina-Titania/PTFE coated in lieu of Teflon Coating) and two mating Seats, Piece 3; , except as amplified or modified herein. This applies to all "Parts Requiring Certification" as identified elsewhere in this Contract/Purchase Order. 3.1.6 ADDITIONAL SOW REQUIREMENTS - ;Balls which are not usable must be dispositioned and new balls are not to be manufactured under this contract.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball, Piece 2; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 3; Material - MC903 (Type 6 cast nylon produced with polyepsilon caprolactam by the direct polymerization process) as manufactured by the Polymer Corporation or equal in accordance with Electric Boat Division Specification 2000. (Properties Specified Below Only) Item Property Test Method Value (A) Melting Point ASTM E794 or ASTM D3418 221 deg C +/- 9 (B) Relative Viscosity ASTM D789 (Notes 1 and 4) 2000 Minimum (C) Specific Gravity ASTM D792 1.15-1.17 at 23 deg C (D) Dimensional Change Notes 2 & 4 0.2% Maximum (E) Tensile Impact ASTM D1822 Type S 80 ft-lbs/in?2 Specimen (Notes 5 & 6) Minimum (Note 3) (F) Tensile Yield Stress ASTM D638 (Note 6) 9000 psi Min. (Note 3) (G) Compressive Strength^ ASTM D695 (Note 6) 9000 psi Min. (Note 3) ^(at 1 percent Offset) (H) Water Absorption 24 hour ASTM D570 1.3 percent Maximum Saturation ASTM D570 7.0 percent Maximum (I) Rockwell "M" Hardness ASTM D785 75 Minimum Note 1: The test specimen must be finely ground particulates. After immersion the material must be checked daily for dissolution and must dissolve no longer than one hundred twenty (120) hours from the start of immersion. Within twenty-four (24) hours of the test specimen determined to be fully dissolved, it must be tested for viscosity. Note 2: Dimensional stability testing must be performed in accordance with the dimensional stability method per ASTM D5989 or equivalent. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. Note 3: These values are minimum averages. Separate specimens results may vary by 25%. Note 4: Any change to an already established heat or annealing cycle to achieve both relative viscosity and/or dimensional stability must be presented to the procuring activity for approval along with justification for the change. Note 5: Tensile-impact test specimens are to be type S in accordance with ASTM D1822, or round cylindrical specimens in accordance with MIL-DTL-32286, Paragraph 3.8 Note 6: Prior to test, the specimens must be dried in accordance with Federal Specification L-P- 410A, Paragraph 4.4.5. 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 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.5 ;Defects in the Ball Stem Slot are acceptable if backlash between the Ball and Stem does not exceed 5 degrees and defects do not exceed 0.050" in depth or cover more than 40% of the surface area.; 3.6 ;Seats are to be manufactured and must meet the drawing stack height requirements when mated with the refurbished ball.; 3.7 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.8 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/. 3.9 Alumina-Titania/PTFE coating of Ball(s) must be in accordance with A & A Company Specification Navy016 Rev L. Each Ball manufactured/repaired under this Order must be tagged with a durable non-metallic tag with thefollowing statement: "Ball coated with Alumina-Titania/PTFE coating per A & ACompany, South Plainfield New Jersey, proprietary procedure NAVY016 Rev L. This coating was approved by NAVSEA and these Balls are an approved replacement for the Ball, piece ;2; , of Naval Ship Systems Command Drawing ;803-4385049; ." 3.10 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.11 ;Surface waviness must be verified after Grinding/Finishing of Alumina-Titania coating and before PTFE application. Surface finish of the Alumina-Titania coating, prior to PTFE application must be 32 microinches.; 3.12 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. 3.13 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. 3.14 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. 3.14.1 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. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.14.3 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. 3.15 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. 3.16 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. 3.16.1 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 ^ 3.17 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. 3.18 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.18.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.18.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.18.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.18.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.18.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.18.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.18.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.18.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.18.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.18.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.18.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.18.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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 insp...
PISTON,LINEAR ACTUA
CONTACT INFORMATION|4|N743.45| WVE|7176053229|CHRISTIAN.M.VALDEZ4.CIV@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 CHRISTIAN.M.VALDEZ4.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|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment have been release to extend closing date. This amendmend is issue to extend the closing date. This amendment is issued to extend the closing date. 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 toN00102 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=4457086 |80064|AJ| |D|0001 |AJ|49998|0105352 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 |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 complete Piston must be in accordance with NAVSHIPS drawing 4457086, part number 2, except as amplified or modified herein.; 3.1.1 ;Notes: 1. The dimension of the outside diameter must be 12.369 +.010 -.010 in lieu of 12.244 +.001 -.001. 2. The quad ring groove as shown in detail 7-A must be machined at installation.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Piston; Material - ;ASTM-B150, Alloy C63000, Temper O20, O25 or O30; 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 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 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. 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 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. 3.7.1 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. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.7.3 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. 3.8 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. 3.9 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 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. 3.11 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.11.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.11.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.11.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.11.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.11.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.11.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.11.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.11.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.11.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.11.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.11.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.11.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.12 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. ; ; 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. 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. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 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 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. 3.18.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 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 im...
PISTON,LINEAR ACTUA
CONTACT INFORMATION|4|N743.45| WVE|7176053229|CHRISTIAN.M.VALDEZ4.CIV@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 CHRISTIAN.M.VALDEZ4.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|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendmend is issue to extend the closing date. This amendment is issued to extend the closing date. 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 toN00102 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=4457086 |80064|AJ| |D|0001 |AJ|49998|0105352 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 |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 complete Piston must be in accordance with NAVSHIPS drawing 4457086, part number 2, except as amplified or modified herein.; 3.1.1 ;Notes: 1. The dimension of the outside diameter must be 12.369 +.010 -.010 in lieu of 12.244 +.001 -.001. 2. The quad ring groove as shown in detail 7-A must be machined at installation.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Piston; Material - ;ASTM-B150, Alloy C63000, Temper O20, O25 or O30; 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 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 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. 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.7 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. 3.7.1 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. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.7.3 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. 3.8 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. 3.9 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 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. 3.11 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.11.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.11.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.11.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.11.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.11.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.11.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.11.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.11.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.11.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.11.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.11.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.11.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.12 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. ; ; 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. 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. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 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 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. 3.18.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 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 thi...
BALL JOINT
CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issued to extend the closing date. \ 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 toN00102 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 PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 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. 5. 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). 6. 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. 7. 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. 8. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 9. This requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. \ 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 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;830-6404016 - CONFIDENTIAL; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 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. 2.3.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001 | A|49998|0032647 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001.A | A|49998|0041250 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0002 | A|49998|0018549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0003 | A|49998|0020330 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004 | A|49998|0034988 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004.A | A|49998|0014187 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0005 | A|49998|0053007 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0006 | A|49998|0042477 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0007 | A|49998|0036752 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0008 | A|49998|0052601 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0009 | A|49998|0038926 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0010 | A|49998|0038916 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0011 | A|49998|0049740 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0012 | A|49998|0032950 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0013 | A|49998|0027549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0014 | A|49998|0044189 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0015 | A|49998|0005209 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0016 | A|49998|0011895 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0017 | A|49998|0008180 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0018 | A|49998|0018601 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0001 | A|49998|0056831 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0002 | A|49998|0036178 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0003 | A|49998|0067084 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0004 | A|49998|0020551 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0005 | A|49998|0041619 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0006 | A|49998|0036523 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0007 | A|49998|0039219 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0008 | A|49998|0037181 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0009 | A|49998|0017405 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0001 | A|49998|0050954 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0002 | A|49998|0026818 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0003 | A|49998|0070451 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0004 | A|49998|0037409 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0005 | A|49998|0024070 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0006 | A|49998|0027789 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0007 | A|49998|0055237 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0008 | A|49998|0040651 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0009 | A|49998|0041691 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0010 | A|49998|0039731 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0011 | A|49998|0039657 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0012 | A|49998|0033413 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0013 | A|49998|0007370 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0014 | A|49998|0019031 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0015 | A|49998|0014926 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001 | A|49998|0033997 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001.A | A|49998|0045157 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0002 | A|49998|0021918 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0003 | A|49998|0023584 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0004 | A|49998|0020593 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0005 | A|49998|0045293 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0006 | A|49998|0042351 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0007 | A|49998|0035542 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0008 | A|49998|0016157 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001 | A|49998|0031704 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001.A | A|49998|0043765 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0002 | A|49998|0016566 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0003 | A|49998|0020977 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004 | A|49998|0015831 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004.A | A|49998|0011033 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0005 | A|49998|0069238 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0006 | A|49998|0015814 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0001 | A|49998|0029799 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0002 | A|49998|0030924 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0003 | A|49998|0007940 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0004 | A|49998|0015367 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0005 | A|49998|0013292 DRAWING DATA=1385861 |53711| H| |D|0001 | H|49998|0762439 DRAWING DATA=6404016 |53711| B| |F|0001 | B|00026|0000000 DRAWING DATA=7409397 |53711| A| |D|0000.A | A|49998|0033695 DRAWING DATA=7409397 |53711| A| |D|0001 | A|49998|0064297 DRAWING DATA=7409397 |53711| A| |D|0002 | A|49998|0030482 DRAWING DATA=7409397 |53711| A| |D|0003 | A|49998|0012305 DRAWING DATA=7409397 |53711| A| |D|0004 | A|49998|0013958 DRAWING DATA=7409397 |53711| A| |D|0005 | A|49998|0028080 DRAWING DATA=7409397 |53711| A| |D|0006.1 | A|49998|0063000 DRAWING DATA=7409397 |53711| A| |D|0006.2 | A|49998|0065929 DRAWING DATA=7409397 |53711| A| |D|0006.3 | A|49998|0063879 DRAWING DATA=7409397 |53711| A| |D|0006.4 | A|49998|0063933 DRAWING DATA=7409397 |53711| A| |D|0006.5 | A|49998|0017595 DRAWING DATA=7409397 |53711| A| |D|0006.6 | A|49998|0041814 DRAWING DATA=7409397 |53711| A| |D|0007.1 | A|49998|0033641 DRAWING DATA=7409397 |53711| A| |D|0007.2 | A|49998|0037140 DRAWING DATA=7409397 |53711| A| |D|0007.3 | A|49998|0033499 DRAWING DATA=7409397 |53711| A| |D|0007.4 | A|49998|0035238 DRAWING DATA=7409397 |53711| A| |D|0008 | A|49998|0013266 DRAWING DATA=7409397 |53711| A| |D|0009 | A|49998|0050808 DRAWING DATA=7409397 |53711| A| |D|0010 | A|49998|0072086 DRAWING DATA=7409397 |53711| A| |D|0011 | A|49998|0155498 DRAWING DATA=7409397 |53711| A| |D|0012 | A|49998|0110719 DRAWING DATA=7409397 |53711| A| |D|0013 | A|49998|0107679 DRAWING DATA=7409397 |53711| A| |D|0014 | A|49998|0121411 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-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|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=AIA/NAS NASM 17828 | | |1 |130430|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|A| | | 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 ;The ball joint must be in accordance with NAVSEA drawing 596-7409397 Assembly A along with all Engineering Reports provided, except as amplified or modified herein.; 3.2 ;NOTE: Reference to Note 47 on drawing 7409397 must be disregarded for Stud, Part Number 20.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Lower Body, Part Number 1; Retainer, Part Number 2; Ball, Part Number 5; and Flange, Part Number 6 of drawing 7409397; Material - ;QQ-N-281, Class A, Form 2, Condition Forged, High Tensile and Stress Relieved; Part - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Material - ;MIL-DTL-1222, QQ-N-286, Hot Finished or Cold Drawn, Annealed and Age Hardened; PART - ;Self-Locking Nut, Part Number 21 of drawing 7409397; MATERIAL - QQ-N-281, class A annealed (hot finished or cold drawn) or class B cold drawn. All material must be from the same class. SELF-LOCKING ELEMENT- ASTM-D4066, Group 01, Class 1, Grade 1 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Visual and Dye Penetrant Inspection (final layer); Item - ;Joint Number J2031; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035; Test - ;Hydrostatic testing; Item - ;Each Assembly; Performance - ;Note 7018 of drawing 7409397; Acceptance - ;Note 7018 of drawing 7409397; Attribute - Annealing and Age Hardening Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - QQ-N-286 Test - ;Liquid Penetrant Inspection; Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Nut, Part Number 21 of drawing 7409397; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027; Acceptance - ;NASM25027; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM-D4066, Group 01, Class 1, Grade 1; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. 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 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Joint Number J2031 and must be identified to the weld joint; . 3.6 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. 3.7 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;830-6404016, Rev B; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.8 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;7002 and 7003; of drawing ;7409397; . 3.8.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.8.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.9 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.10 ;Surface waviness must be verified prior to Teflon coating.; 3.11 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.11.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.11.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.12 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.12.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.12.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.13 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.14 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. 3.14.1 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. 3.14.2 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. 3.14.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.15 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. 3.16 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/ 3.17 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 3.18 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.18.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.18.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.18.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.19 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.20 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 990997177; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.21 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. 3.22 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. 3.23 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. 3.23.1 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. 3.23.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.23.3 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. 3.24 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. 3.25 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. 3.25.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception ...
Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D) applicable for all Domestic Commodity Procurement Division solicitations issued on or after September 18, 2025. The interested vendor list option of this notice will not be used. For parties interested in selling commodities to USDA, please visit our website at: https://www.ams.usda.gov/commodity-procurement.
Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D) applicable for all Domestic Commodity Procurement Division solicitations issued on or after September 18, 2025. The interested vendor list option of this notice will not be used. For parties interested in selling commodities to USDA, please visit our website at: https://www.ams.usda.gov/commodity-procurement.
FD2030-25-01341
NSN: 3040-01-321-5102NZ NOUN: CONNECTING LINK, RIG TOP DRAWING: 4066803 EDL REVISION & DATE: 9 / 29 DEC 2022 MDC CODE: WGA IM NAME: FALCONER, MICHAEL S
Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract No. 11-2024 (OM24011) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. . This solicitation will be issued on or about 19 March 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D) applicable for all Domestic Commodity Procurement Division solicitations issued on or after March 20, 2025. The interested vendor list option of this notice will not be used. For parties interested in selling commodities to USDA, please visit our website at: https://www.ams.usda.gov/commodity-procurement.
Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I) applicable for certain International and Service Contracting Division solicitations issued on or after March 20, 2025. The interested vendor list of this notice will not be used. For parties interested in selling commodities to USDA, visit our website at www.ams.usda.gov/commodity-procurement.
SHIM
CONTACT INFORMATION|4|N742.11|WWV|717-605-7574|ashton.k.perry.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 sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332119|500|||||||||||| 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 onfile at NAVSUP WSS Mechanicsburg. 2. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this 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=4558796 |80064| C| |D|0001 | C|49998|0243164 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 ;The SHIM must be manufactured in accordance with NAVSEA Drawing 4558796 item 22, except as amplified or modified herein.; 3.2 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. 3.3 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. 3.3.1 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. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.3.3 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. 3.3.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.4 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.5.1 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. 3.5.2 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. 3.5.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.5.4 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. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.6.1 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. 3.6.2 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. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.8 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: 3.8.1 Visual examination upon receipt to detect damage during transit. 3.8.2 Inspection for completeness and proper type. 3.8.3 Verification of material quality received. 3.8.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.8.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.8.6 Identification and protection from improper use or disposition. 3.8.7 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. 3.8.8 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. 3.8.9 Material returned to the contractor must be handled as GFM. 3.9 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.9.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.10 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.10.1 When traceability markings on the material would 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 material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.10.2 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 on the material, 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. 3.11 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.11.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.11.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.11.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.12 Test Certification - When test certifications are required elsewhere in the contract, 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. 3.12.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.13 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, phone number and date. 2. The contract/purchase order number (i.e. 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 (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("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 for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A." 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.13.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, S-5343934-3, or Dry Deck Shelter Specification S-5486639-1, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 3.13.2 For Self-Locking Hex Nuts procured to NASM 25027, the Certificate Of Compliance must also include the information below: 13. A statement to the effect that qualification testing in accordance with NASM 25027 Paragraph 3.2 is satisfactorily performed. 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 Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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 Standard...
SHIM
CONTACT INFORMATION|4|N742.11|WWV|717-605-7574|ashton.k.perry.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 sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332119|500|||||||||||| 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 onfile at NAVSUP WSS Mechanicsburg. 2. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed here in. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this 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=4558796 |80064| C| |D|0001 | C|49998|0243164 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-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 ;The SHIM must be manufactured in accordance with NAVSEA Drawing 4558796 item 22, except as amplified or modified herein.; 3.2 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. 3.3 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. 3.3.1 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. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.3.3 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. 3.3.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.4 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.5.1 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. 3.5.2 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. 3.5.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.5.4 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. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.6.1 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. 3.6.2 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. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.8 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: 3.8.1 Visual examination upon receipt to detect damage during transit. 3.8.2 Inspection for completeness and proper type. 3.8.3 Verification of material quality received. 3.8.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.8.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.8.6 Identification and protection from improper use or disposition. 3.8.7 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. 3.8.8 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. 3.8.9 Material returned to the contractor must be handled as GFM. 3.9 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.9.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.10 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.10.1 When traceability markings on the material would 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 material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.10.2 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 on the material, 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. 3.11 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.11.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.11.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.11.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.12 Test Certification - When test certifications are required elsewhere in the contract, 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. 3.12.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.13 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, phone number and date. 2. The contract/purchase order number (i.e. 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 (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("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 for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A." 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.13.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, S-5343934-3, or Dry Deck Shelter Specification S-5486639-1, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 3.13.2 For Self-Locking Hex Nuts procured to NASM 25027, the Certificate Of Compliance must also include the information below: 13. A statement to the effect that qualification testing in accordance with NASM 25027 Paragraph 3.2 is satisfactorily performed. 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 Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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 Standard...
EXTENSION ASSEMBLY
CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is issued to extend the closing date. \ 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 toN00102 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=5791483 |53711| A| |D|0001 | A|49998|0240376 DRAWING DATA=5791483 |53711| A| |D|0002 | A|49998|0193151 DRAWING DATA=5791483 |53711| A| |D|0003 | A|49998|0267434 DRAWING DATA=5791483 |53711| A| |D|0003.A | A|49998|0222038 DRAWING DATA=5791483 |53711| A| |D|0003.B | A|49998|0160552 DRAWING DATA=5791483 |53711| A| |D|0004 | A|49998|0265358 DRAWING DATA=5791483 |53711| A| |D|0005 | A|49998|0087851 DRAWING DATA=5791483 |53711| A| |D|0006 | A|49998|0169465 DRAWING DATA=5791483 |53711| A| |D|0007 | A|49998|0128670 DRAWING DATA=5791483 |53711| A| |D|0008 | A|49998|0106222 DRAWING DATA=5791483 |53711| A| |D|0009 | A|49998|0139248 DRAWING DATA=5791483 |53711| A| |D|0010 | A|49998|0177475 DRAWING DATA=5791483 |53711| A| |D|0011 | A|49998|0103214 DRAWING DATA=5791483 |53711| A| |D|0012 | A|49998|0108634 DRAWING DATA=5791483 |53711| A| |D|0013 | A|49998|0129402 DRAWING DATA=5791483 |53711| A| |D|0014 | A|49998|0119474 DRAWING DATA=5791483 |53711| A| |D|0015 | A|49998|0085412 DRAWING DATA=5791483 |53711| A| |D|0016 | A|49998|0078792 DRAWING DATA=5791483 |53711| A| |D|0017 | A|49998|0150619 DRAWING DATA=5791483 |53711| A| |D|0018 | A|49998|0125346 DRAWING DATA=5791483 |53711| A| |D|0018.A | A|49998|0084618 DRAWING DATA=5791483 |53711| A| |D|0019 | A|49998|0140602 DRAWING DATA=5791483 |53711| A| |D|0020 | A|49998|0110058 DRAWING DATA=5791483 |53711| A| |D|0021 | A|49998|0101262 DRAWING DATA=5791483 |53711| A| |D|0022 | A|49998|0165721 DRAWING DATA=5791483 |53711| A| |D|0023 | A|49998|0141339 DRAWING DATA=5791483 |53711| A| |D|0024 | A|49998|0120416 DRAWING DATA=5791483 |53711| A| |D|0025 | A|49998|0100031 DRAWING DATA=5791483 |53711| A| |D|0026 | A|49998|0096050 DRAWING DATA=5791483 |53711| A| |D|0027 | A|49998|0105025 DRAWING DATA=5791483 |53711| A| |D|0028 | A|49998|0086377 DRAWING DATA=5791483 |53711| A| |D|0029 | A|49998|0102639 DRAWING DATA=5791483 |53711| A| |D|0030 | A|49998|0135765 DRAWING DATA=5791483 |53711| A| |D|0031 | A|49998|0066180 DRAWING DATA=5791483 |53711| A| |D|0032 | A|49998|0126085 DRAWING DATA=5791483 |53711| A| |D|0033 | A|49998|0107050 DRAWING DATA=5791483 |53711| A| |D|0034 | A|49998|0077100 DRAWING DATA=5791483 |53711| A| |D|0035 | A|49998|0130112 DRAWING DATA=5791484 |53711| A| |D|0001 | A|49998|0733493 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-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-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=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 ;The Connector Assembly must be in accordance with NAVSEA drawings 5791483 and 5791484 item 507 (less items 403, 501, 28, 29, 18, 49, and 50), except as amplified or modified herein.; 3.2 ;Molded insert assembly (polyurethane), item 502 of NAVSAEA drawing 5791483 must be replaced by D.G OBRIEN molded insert assembly (neoprene),D.G O'BRIEN P/N 1122932-102.; 3.3 ;Inboard molded plug assemblies are not supplied as part of the connector assembly.; 3.4 ;CPVC meeting ASTM D1784, class 23447 is an acceptable replacement for LEXAN 500 for the Polycarbonate Cap.; 3.5 ;CHEMLOK 6224 is a suitable replacement for CHEMLOK 220.; 3.6 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; Material - ;QQ-N-286, form 2, annealed and age hardened; Part - ;Bleed Off Valve, item 55 of drawing 5791483; Material - ;QQ-S-763, Class 316, Condition A, Hot or Cold Finished; 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 - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;Each Bleed Off Valve, item 55 of drawing 5791483; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Attribute - Annealing and Age Hardening Item - ;Each Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; 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 Test - ;Dye Penetrant Inspection; Item - ;Each Outboard Adapter, item 6; Retaining Nut, item 9; and Bleed Off Valve, item 55 of drawing 5791483; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Hydrostatic test; Item - ;Molded insert assembly, D.G O'Brien P/N 1122932-102; Performance - ;NAVSEA drawing 5791483 note 36B except test pressure must be 2000 PSIG; Acceptance - ;No leakage or permanent deformation; Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 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 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. 3.9.1 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. 3.9.2 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. 3.9.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.10 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 3.11 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.12 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/ 3.13 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 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.14 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. 3.15 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 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 ^ 3.18 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. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.21.1 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. 3.21.2 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. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.22 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: 3.22.1 Visual examination upon receipt to detect damage during transit. 3.22.2 Inspection for completeness and proper type. 3.22.3 Verification of material quality received. 3.22.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.22.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.22.6 Identification and protection from improper use or disposition. 3.22.7 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. 3.22.8 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. 3.22.9 Material returned to the contractor must be handled as GFM. 3.23 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. 3.23.1 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. 3.24 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. 3.24.1 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. 3.24.2 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. 3.24.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the assembly identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.24.4 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.25 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In additio...
EXTENSION ASSEMBLY
CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is issued to extend the closing date. \ 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 toN00102 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=5791483 |53711| A| |D|0001 | A|49998|0240376 DRAWING DATA=5791483 |53711| A| |D|0002 | A|49998|0193151 DRAWING DATA=5791483 |53711| A| |D|0003 | A|49998|0267434 DRAWING DATA=5791483 |53711| A| |D|0003.A | A|49998|0222038 DRAWING DATA=5791483 |53711| A| |D|0003.B | A|49998|0160552 DRAWING DATA=5791483 |53711| A| |D|0004 | A|49998|0265358 DRAWING DATA=5791483 |53711| A| |D|0005 | A|49998|0087851 DRAWING DATA=5791483 |53711| A| |D|0006 | A|49998|0169465 DRAWING DATA=5791483 |53711| A| |D|0007 | A|49998|0128670 DRAWING DATA=5791483 |53711| A| |D|0008 | A|49998|0106222 DRAWING DATA=5791483 |53711| A| |D|0009 | A|49998|0139248 DRAWING DATA=5791483 |53711| A| |D|0010 | A|49998|0177475 DRAWING DATA=5791483 |53711| A| |D|0011 | A|49998|0103214 DRAWING DATA=5791483 |53711| A| |D|0012 | A|49998|0108634 DRAWING DATA=5791483 |53711| A| |D|0013 | A|49998|0129402 DRAWING DATA=5791483 |53711| A| |D|0014 | A|49998|0119474 DRAWING DATA=5791483 |53711| A| |D|0015 | A|49998|0085412 DRAWING DATA=5791483 |53711| A| |D|0016 | A|49998|0078792 DRAWING DATA=5791483 |53711| A| |D|0017 | A|49998|0150619 DRAWING DATA=5791483 |53711| A| |D|0018 | A|49998|0125346 DRAWING DATA=5791483 |53711| A| |D|0018.A | A|49998|0084618 DRAWING DATA=5791483 |53711| A| |D|0019 | A|49998|0140602 DRAWING DATA=5791483 |53711| A| |D|0020 | A|49998|0110058 DRAWING DATA=5791483 |53711| A| |D|0021 | A|49998|0101262 DRAWING DATA=5791483 |53711| A| |D|0022 | A|49998|0165721 DRAWING DATA=5791483 |53711| A| |D|0023 | A|49998|0141339 DRAWING DATA=5791483 |53711| A| |D|0024 | A|49998|0120416 DRAWING DATA=5791483 |53711| A| |D|0025 | A|49998|0100031 DRAWING DATA=5791483 |53711| A| |D|0026 | A|49998|0096050 DRAWING DATA=5791483 |53711| A| |D|0027 | A|49998|0105025 DRAWING DATA=5791483 |53711| A| |D|0028 | A|49998|0086377 DRAWING DATA=5791483 |53711| A| |D|0029 | A|49998|0102639 DRAWING DATA=5791483 |53711| A| |D|0030 | A|49998|0135765 DRAWING DATA=5791483 |53711| A| |D|0031 | A|49998|0066180 DRAWING DATA=5791483 |53711| A| |D|0032 | A|49998|0126085 DRAWING DATA=5791483 |53711| A| |D|0033 | A|49998|0107050 DRAWING DATA=5791483 |53711| A| |D|0034 | A|49998|0077100 DRAWING DATA=5791483 |53711| A| |D|0035 | A|49998|0130112 DRAWING DATA=5791484 |53711| A| |D|0001 | A|49998|0733493 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-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-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=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 ;The Connector Assembly must be in accordance with NAVSEA drawings 5791483 and 5791484 item 507 (less items 403, 501, 28, 29, 18, 49, and 50), except as amplified or modified herein.; 3.2 ;Molded insert assembly (polyurethane), item 502 of NAVSAEA drawing 5791483 must be replaced by D.G OBRIEN molded insert assembly (neoprene),D.G O'BRIEN P/N 1122932-102.; 3.3 ;Inboard molded plug assemblies are not supplied as part of the connector assembly.; 3.4 ;CPVC meeting ASTM D1784, class 23447 is an acceptable replacement for LEXAN 500 for the Polycarbonate Cap.; 3.5 ;CHEMLOK 6224 is a suitable replacement for CHEMLOK 220.; 3.6 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; Material - ;QQ-N-286, form 2, annealed and age hardened; Part - ;Bleed Off Valve, item 55 of drawing 5791483; Material - ;QQ-S-763, Class 316, Condition A, Hot or Cold Finished; 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 - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;Each Bleed Off Valve, item 55 of drawing 5791483; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Attribute - Annealing and Age Hardening Item - ;Each Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; 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 Test - ;Dye Penetrant Inspection; Item - ;Each Outboard Adapter, item 6; Retaining Nut, item 9; and Bleed Off Valve, item 55 of drawing 5791483; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Hydrostatic test; Item - ;Molded insert assembly, D.G O'Brien P/N 1122932-102; Performance - ;NAVSEA drawing 5791483 note 36B except test pressure must be 2000 PSIG; Acceptance - ;No leakage or permanent deformation; Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 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 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. 3.9.1 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. 3.9.2 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. 3.9.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.10 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 3.11 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.12 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/ 3.13 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 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.14 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. 3.15 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 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 ^ 3.18 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. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.21.1 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. 3.21.2 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. 3.21.3 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. 3.21.4 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. 3.21.5 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. 3.22 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: 3.22.1 Visual examination upon receipt to detect damage during transit. 3.22.2 Inspection for completeness and proper type. 3.22.3 Verification of material quality received. 3.22.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.22.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.22.6 Identification and protection from improper use or disposition. 3.22.7 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. 3.22.8 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. 3.22.9 Material returned to the contractor must be handled as GFM. 3.23 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. 3.23.1 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. 3.24 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. 3.24.1 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. 3.24.2 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. 3.24.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the assembly identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.24.4 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.25 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In additio...
FD2030-25-01310
NSN: 2840-01-322-2051NZ NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 4071453 EDL REVISION & DATE: 4 / 18 JAN 2023 MDC CODE: WCL IM NAME: WOOD, DONNA S
FD2020-21-00626
5998011892964WF CIRCUIT CARD 3 IMAGES
FD2020-21-00624
6130997356318WF POWER SUPPLY 58 IMAGES
FD2020-21-00545
2835010347138RP 367140-3 HOUSING,GEARBOX,COM
FD2020-21-00334
4120012543508AH 5122509-001-101 AIR CONDITIONER
FD2020-21-00604
5996-01-464-4836 585R600H05 AMPLIFIER,RADIO FRE
Q402--Open & Continuous for OBVAMC for Community Nursing Home Services in Louisiana, Arkansas, and Texas.
The Department of Veteran Affairs, Network Contracting Office 16 (NCO 16), intends to post a solicitation for Community Nursing Home (CHN) Services for the Overton Brooks VA Medical Center (OBVAMC) in the Louisiana, Arkansas, and East Texas catchment area of OBVAMC. The solicitation will be Full and Open competition. The solicitation will be a multiple award solicitation in accordance with Federal Acquisition Regulation (FAR) 12,15, and 16.504 Please see Solicitation 36C25625R0050
BRAZING ALLOY,SILVE
CONTACT INFORMATION|4|N743.22|WVL|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|333992|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is being issued to extend the solicitation closing date. This amendment is being issued to extend the solicitation closing date. 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). 8. This item requires Government Furnished Material (GFM). \ 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. 1.2 Refined silver will be supplied as Government Furnished Material. 1.3 Refined silver will be supplied as Government Furnished 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 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 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=1385942 |80064| G| |D|0001 | G|49998|0387791 DRAWING DATA=1385942 |80064| G| |D|0002 | G|49998|0222523 DRAWING DATA=1385942 |80064| G| |D|0003 | G|49998|0151878 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-B-654 | | |A |840210|A|1 | | 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 ;Silver Brazing Ring, Size 3/8 Inch NPS, must be in accordance with Naval Ship Systems Command Drawing 803-1385942, Piece 11, 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 - ;Silver Brazing Ring; Material - ;QQ-B-654, Class BCuP-5 (Chemicals only); 3.3 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. 3.4 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 inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.4.1 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. 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 theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.4.2 Requests for Waivers/Deviations for NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.4.3 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 theproduct. 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 engineeringchange. 3.5 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. 3.5.1 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. 3.6 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.7 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate.alternate. 3.7.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.7.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer 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. 3.7.3 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. 3.7.4 This contract provides for the performance of Government Quality Assurance at destination. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. 3.7.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.8 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. 3.8.1 The supplier's gages, measuring and test equipment must be made available for use by the Government 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. 3.8.2 All documents and reference data applicable to this contract must be available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government. 3.9 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. 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 order, promptly notify the Prime Contractor who will notify the PCO so that appropriate planning for Government inspection can be accomplished. 3.9.1 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. 3.9.2 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. 3.9.3 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. 3.9.4 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. 3.9.5 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. 3.10 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: 3.10.1 Visual examination upon receipt to detect damage during transit. 3.10.2 Inspection for completeness and proper type. 3.10.3 Verification of material quality received. 3.10.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.10.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.10.6 Identification and protection from improper use or disposition. 3.10.7 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. 3.10.8 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. 3.10.9 Material returned to the contractor must be handled as GFM. 3.11 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. 3.11.1 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. 3.12 Material Traceability - The certification data report must be identified through a unique traceability number or heat-lot 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. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.12.1 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, traceability marking is required. Permanent markings are not required. Traceability must be by a label attached to each unit container. The unit container identification label must include, in addition to the contract number and the NSN (National Stock Number), all markings required for identity and traceability. Each container in the lot must contain material from the same traceability number or heat/lot, as defined in the applicable specification. Identification marking must be in accordance with the applicable specification. 3.13 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: 3.13.1 Quantitative chemical 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. 3.13.2 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. 3.13.3 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. 3.13.4 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the samplingplan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All silver brazing alloy must be 100% inspected for traceability marking (material/unit container traceable to certifications), and that the marking is legible. 3.14.4 All data concerning material verification (chemical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.14.5 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible. 3.15 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 the Contractor - 4.1.1 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. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 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 record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 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 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 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that he material supplied conforms to the specified requirements. 6.1.7 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks). Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.8 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.9 Verification - An examination performed to determine compliance with a specific requirement. 6.1.10 A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.11 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.12 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.13 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.14 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.15 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.16 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.17 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 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. 6.2.1 There are 7 (seven) separate 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 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 ...
BRAZING ALLOY,SILVE
CONTACT INFORMATION|4|N743.22|WVL|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|333992|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is being issued to extend the solicitation closing date. 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). 8. This item requires Government Furnished Material (GFM). \ 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. 1.2 Refined silver will be supplied as Government Furnished Material. 1.3 Refined silver will be supplied as Government Furnished 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 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 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=1385942 |80064| G| |D|0001 | G|49998|0387791 DRAWING DATA=1385942 |80064| G| |D|0002 | G|49998|0222523 DRAWING DATA=1385942 |80064| G| |D|0003 | G|49998|0151878 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-B-654 | | |A |840210|A|1 | | 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 ;Silver Brazing Ring, Size 3/8 Inch NPS, must be in accordance with Naval Ship Systems Command Drawing 803-1385942, Piece 11, 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 - ;Silver Brazing Ring; Material - ;QQ-B-654, Class BCuP-5 (Chemicals only); 3.3 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. 3.4 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 inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.4.1 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. 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 theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.4.2 Requests for Waivers/Deviations for NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.4.3 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 theproduct. 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 engineeringchange. 3.5 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. 3.5.1 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. 3.6 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.7 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate.alternate. 3.7.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.7.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer 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. 3.7.3 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. 3.7.4 This contract provides for the performance of Government Quality Assurance at destination. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. 3.7.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO. 3.8 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. 3.8.1 The supplier's gages, measuring and test equipment must be made available for use by the Government 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. 3.8.2 All documents and reference data applicable to this contract must be available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government. 3.9 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. 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 order, promptly notify the Prime Contractor who will notify the PCO so that appropriate planning for Government inspection can be accomplished. 3.9.1 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. 3.9.2 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. 3.9.3 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. 3.9.4 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. 3.9.5 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. 3.10 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: 3.10.1 Visual examination upon receipt to detect damage during transit. 3.10.2 Inspection for completeness and proper type. 3.10.3 Verification of material quality received. 3.10.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.10.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.10.6 Identification and protection from improper use or disposition. 3.10.7 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. 3.10.8 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. 3.10.9 Material returned to the contractor must be handled as GFM. 3.11 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. 3.11.1 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. 3.12 Material Traceability - The certification data report must be identified through a unique traceability number or heat-lot 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. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.12.1 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, traceability marking is required. Permanent markings are not required. Traceability must be by a label attached to each unit container. The unit container identification label must include, in addition to the contract number and the NSN (National Stock Number), all markings required for identity and traceability. Each container in the lot must contain material from the same traceability number or heat/lot, as defined in the applicable specification. Identification marking must be in accordance with the applicable specification. 3.13 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: 3.13.1 Quantitative chemical 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. 3.13.2 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. 3.13.3 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. 3.13.4 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the samplingplan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All silver brazing alloy must be 100% inspected for traceability marking (material/unit container traceable to certifications), and that the marking is legible. 3.14.4 All data concerning material verification (chemical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.14.5 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible. 3.15 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 the Contractor - 4.1.1 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. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 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 record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 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 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 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that he material supplied conforms to the specified requirements. 6.1.7 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks). Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.8 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.9 Verification - An examination performed to determine compliance with a specific requirement. 6.1.10 A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.11 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.12 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.13 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.14 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.15 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.16 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.17 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 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. 6.2.1 There are 7 (seven) separate 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 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 Sp...
PARTS KIT,BALL VALV
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||||||||| VARIATION IN QUANTITY (APR 1984)|3|0|5|Entire requirement| 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| This amendment is being issued to extend the solicitation closing date. This amendment is being issued to extend the solicitation closing date. 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). 8. VIQ 0+/5- Applies to this order. \ 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 "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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=2640-801X1E1 |53711| A|ER |D| | | | DRAWING DATA=7108906 |53711| B| |D| | | | DRAWING DATA=7285297 |53711| E| |D| | | | DRAWING DATA=8617511 |53711| N| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=MIL-PRF-9954 | | |D |090416|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Parts Kit for a size 1 1/2 inch Ball Valve, must be in accordance with NAVSEA drawing 7108906, consisting of one Ball, Item 39 and two mating Seats, Item 21 with details on NAVSEA drawing 8617511 (Ball piece 50) and NAVSEA drawing 7285297 (Seats piece 19) 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 & 33. The slot is required on all seats 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 - ;Ball (L1) - Item 39 of drawing 7108906; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3) - Item 21 of drawing 7108906; 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 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 - Hydrostatic Test Item - Each Ball Performance - 30 minutes at ;1050 PSI; with stem hole plugged Acceptance - No weeping, leakage, or permanent deformation. The following may be substituted by manufacturers who do not posess a hydrostatic test fixture: Test - Dye Penetrant Inspection Item - Each Ball Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 (Castings) / MIL-STD-2035 (Wrought) Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 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. 3.6 Ball Spherical Surface Finish - Spherical surfaces of valve balls must be finished as follows: Machine finish spherical surfaces of the valve ball to between 30 and 35 RHR; use lubricant. Grind, hone, or cup polish to 16 RHR maximum; use lubricant (light oil or soap solution). Grit blast with glass bead media (MIL-PRF-9954-MIL 10); use a 3/16 inch ID blasting nozzle (not supersonic type) 4 inches from ball at 75 PSI air pressure. The resulting surface finish should be less than 25 RHR.Perform final polish with SUPFINA Polishing Paste (Pink polishing paste, item code 10100244, Supfina Machine Company, North Kingstown, RI). Apply the SUPFINAPolishing Paste that is initially light pink in color over the entire surface of the ball with a brush and perform a low speed finishing process with both theball and a .250" thick wool pad (Style 22110, Aetna Felt Corporation, Allentown, PA^) turning at the same time with light pressure for approximately 30 seconds^^ (3 revolutions) of the entire surface of the ball. Once the light pink SUPFINA polishing paste that was applied to the surface of the ball turns a grey color, the final finishing process is complete. After the final finishingprocess is complete, the surface of the ball should have a matte dull appearance with a surface finish between RHR 12 and RHR 16. Clean ball with a warm, alkaline solution or a liquid nonionic detergent to remove SUPFINA polishing paste. ^ Reference customer number PLI00499 when ordering wool pad. ^^ CAUTION: Excessive time will cause the ball to be polished in violation of the process." 3.7 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.8 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/. 3.9 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/. 3.10 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. 3.11 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. 3.11.1 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. 3.11.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.11.3 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. 3.12 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. 3.13 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. 3.14 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. 3.14.1 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 ^ 3.15 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. 3.16 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.16.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.16.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.16.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.16.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.16.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.16.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.16.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.16.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.16.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.16.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.16.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.16.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.17 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.17.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.17.2 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. 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.19 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." 3.20 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. 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or refer...
PARTS KIT,BALL VALV
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||||||||| VARIATION IN QUANTITY (APR 1984)|3|0|5|Entire requirement| 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| This amendment is being issued to extend the solicitation closing date. This amendment is being issued to extend the solicitation closing date. 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). 8. VIQ 0+/5- Applies to this order. \ 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 "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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=2640-801X1E1 |53711| A|ER |D| | | | DRAWING DATA=7108906 |53711| B| |D| | | | DRAWING DATA=7285297 |53711| E| |D| | | | DRAWING DATA=8617511 |53711| N| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=MIL-PRF-9954 | | |D |090416|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Parts Kit for a size 1 1/2 inch Ball Valve, must be in accordance with NAVSEA drawing 7108906, consisting of one Ball, Item 39 and two mating Seats, Item 21 with details on NAVSEA drawing 8617511 (Ball piece 50) and NAVSEA drawing 7285297 (Seats piece 19) 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 & 33. The slot is required on all seats 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 - ;Ball (L1) - Item 39 of drawing 7108906; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3) - Item 21 of drawing 7108906; 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 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 - Hydrostatic Test Item - Each Ball Performance - 30 minutes at ;1050 PSI; with stem hole plugged Acceptance - No weeping, leakage, or permanent deformation. The following may be substituted by manufacturers who do not posess a hydrostatic test fixture: Test - Dye Penetrant Inspection Item - Each Ball Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 (Castings) / MIL-STD-2035 (Wrought) Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 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. 3.6 Ball Spherical Surface Finish - Spherical surfaces of valve balls must be finished as follows: Machine finish spherical surfaces of the valve ball to between 30 and 35 RHR; use lubricant. Grind, hone, or cup polish to 16 RHR maximum; use lubricant (light oil or soap solution). Grit blast with glass bead media (MIL-PRF-9954-MIL 10); use a 3/16 inch ID blasting nozzle (not supersonic type) 4 inches from ball at 75 PSI air pressure. The resulting surface finish should be less than 25 RHR.Perform final polish with SUPFINA Polishing Paste (Pink polishing paste, item code 10100244, Supfina Machine Company, North Kingstown, RI). Apply the SUPFINAPolishing Paste that is initially light pink in color over the entire surface of the ball with a brush and perform a low speed finishing process with both theball and a .250" thick wool pad (Style 22110, Aetna Felt Corporation, Allentown, PA^) turning at the same time with light pressure for approximately 30 seconds^^ (3 revolutions) of the entire surface of the ball. Once the light pink SUPFINA polishing paste that was applied to the surface of the ball turns a grey color, the final finishing process is complete. After the final finishingprocess is complete, the surface of the ball should have a matte dull appearance with a surface finish between RHR 12 and RHR 16. Clean ball with a warm, alkaline solution or a liquid nonionic detergent to remove SUPFINA polishing paste. ^ Reference customer number PLI00499 when ordering wool pad. ^^ CAUTION: Excessive time will cause the ball to be polished in violation of the process." 3.7 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.8 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/. 3.9 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/. 3.10 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. 3.11 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. 3.11.1 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. 3.11.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.11.3 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. 3.12 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. 3.13 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. 3.14 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. 3.14.1 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 ^ 3.15 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. 3.16 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.16.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.16.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.16.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.16.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.16.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.16.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.16.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.16.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.16.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.16.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.16.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.16.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.17 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.17.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.17.2 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. 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.19 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." 3.20 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. 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or refer...
PISTON,VALVE
CONTACT INFORMATION|4|N743.22|WVE|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| This amendment is being issued to extend the solicitation closing date. 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=6985426 |53711| A| |D|0001 | A|49998|0074079 DRAWING DATA=6985426 |53711| A| |D|0002 | A|49998|0062500 DRAWING DATA=6985426 |53711| A| |D|0006.1 | A|49998|0061541 DRAWING DATA=6985426 |53711| A| |D|0006.2 | A|49998|0061465 DRAWING DATA=6985426 |53711| A| |D|0006.3 | A|49998|0055809 DRAWING DATA=6985426 |53711| A| |D|0006.4 | A|49998|0059727 DRAWING DATA=6985426 |53711| A| |D|0006.5 | A|49998|0059513 DRAWING DATA=6985426 |53711| A| |D|0006.6 | A|49998|0023040 DRAWING DATA=6985426 |53711| A| |D|0007.3 | A|49998|0037181 DRAWING DATA=6985426 |53711| A| |D|0016 | A|49998|0113699 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=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-A-200 | | |A |980901|A| | | DOCUMENT REF DATA=SAE AMS-QQ-A-200 |0008| |A |150501|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 Desurger Piston Rod must be in accordance with NAVSEA drawing 566-6985426, Part 25, 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 - ;Piston Rod; Material - ;SAE AMS-QQ-A-200/8, Alloy 6061, Temp T6. Anodized in accordance with General Note 2221 and plated in accordance with General Note 7202. Plating must only be on the 0.998-0.996 inch diameter of the piston rod; 3.3 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. 3.4 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 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 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 using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 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 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. 3.7.1 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. 3.8 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. 3.9 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.11.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of 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. 3.11.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.11.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.12 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.12.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.12.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.13 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." 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material returned to the contractor must be handled as GFM. 3.15 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. 3.15.1 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. 3.16 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. 3.16.1 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. 3.16.2 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. 3.16.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.17 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: 3.17.1 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. 3.17.2 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. 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. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.17.3 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. 3.17.4 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. 3.17.5 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 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 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 ...
PISTON,VALVE
CONTACT INFORMATION|4|N743.22|WVE|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| This amendment is being issued to extend the solicitation closing date. 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=6985426 |53711| A| |D|0001 | A|49998|0074079 DRAWING DATA=6985426 |53711| A| |D|0002 | A|49998|0062500 DRAWING DATA=6985426 |53711| A| |D|0006.1 | A|49998|0061541 DRAWING DATA=6985426 |53711| A| |D|0006.2 | A|49998|0061465 DRAWING DATA=6985426 |53711| A| |D|0006.3 | A|49998|0055809 DRAWING DATA=6985426 |53711| A| |D|0006.4 | A|49998|0059727 DRAWING DATA=6985426 |53711| A| |D|0006.5 | A|49998|0059513 DRAWING DATA=6985426 |53711| A| |D|0006.6 | A|49998|0023040 DRAWING DATA=6985426 |53711| A| |D|0007.3 | A|49998|0037181 DRAWING DATA=6985426 |53711| A| |D|0016 | A|49998|0113699 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=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-A-200 | | |A |980901|A| | | DOCUMENT REF DATA=SAE AMS-QQ-A-200 |0008| |A |150501|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 Desurger Piston Rod must be in accordance with NAVSEA drawing 566-6985426, Part 25, 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 - ;Piston Rod; Material - ;SAE AMS-QQ-A-200/8, Alloy 6061, Temp T6. Anodized in accordance with General Note 2221 and plated in accordance with General Note 7202. Plating must only be on the 0.998-0.996 inch diameter of the piston rod; 3.3 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. 3.4 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 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 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 using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 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 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. 3.7.1 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. 3.8 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. 3.9 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.11.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of 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. 3.11.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.11.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.12 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.12.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.12.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.13 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." 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material returned to the contractor must be handled as GFM. 3.15 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. 3.15.1 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. 3.16 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. 3.16.1 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. 3.16.2 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. 3.16.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.17 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: 3.17.1 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. 3.17.2 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. 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. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.17.3 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. 3.17.4 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. 3.17.5 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 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 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 ...
Manufacturing Research and Technology Development - Open Broad Agency Announcement
FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.
Manufacturing Research and Technology Development - Open Broad Agency Announcement
FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.
FD2020-21-00458
1650016244595WF CYLINDER ASSEMBLY 3 IMAGES
FD2020-21-00632
4810010996392WF VALVE,SOLENOID 78 IMAGES
Manufacturing Research and Technology Development - Open Broad Agency Announcement
Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.
Manufacturing Research and Technology Development - Open Broad Agency Announcement
FA8650-21-S-5001, Amendment 5 This amendment was for Call 002-"Operational Additive Manufacturing Capabilities". Posting Location: https://sam.gov/opp/f7f77c120fb846a0a632b1aa7931e506/view FA8650-21-S-5001, Amendment 4 This amendment was for Call 001. FA8650-21-S-5001, Amendment 3 This amendment creates a Hybrid broad agency announcement allowing the Government to issue the solicitation of Calls. Summary of Changes: Hybrid BAA with Calls •Part One (Current) – Two Step Open BAA: Submission of White Papers and Potential Proposals •Part Two (New) – One Step Closed Solicitation of Calls: Submission of Proposals See attached amendment for specific details. FA8650-21-S-5001, Amendment 2 This amendment serves as the annual notice of an Open BAA as required by FAR 35.016. White papers are still being accepted against this BAA. Please see the initial BAA announcement for specific details on submitting white papers. This amendment updates the Government Contracting points of contacts for submitting white papers. FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.
Manufacturing Research and Technology Development - Open Broad Agency Announcement
FA8650-21-S-5001, Amendment 5 This amendment was for Call 002. Posting Location: https://sam.gov/opp/f7f77c120fb846a0a632b1aa7931e506/review FA8650-21-S-5001, Amendment 4 This amendment was for Call 001. FA8650-21-S-5001, Amendment 3 This amendment creates a Hybrid broad agency announcement allowing the Government to issue the solicitation of Calls. Summary of Changes: Hybrid BAA with Calls •Part One (Current) – Two Step Open BAA: Submission of White Papers and Potential Proposals •Part Two (New) – One Step Closed Solicitation of Calls: Submission of Proposals See attached amendment for specific details. FA8650-21-S-5001, Amendment 2 This amendment serves as the annual notice of an Open BAA as required by FAR 35.016. White papers are still being accepted against this BAA. Please see the initial BAA announcement for specific details on submitting white papers. This amendment updates the Government Contracting points of contacts for submitting white papers. FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.
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