SPECIAL NOTICE
68 -- HYDROGEN PEROXIDE REQUEST FOR INFORMATION
- Notice Date
- 2/21/2018
- Notice Type
- Special Notice
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Mechanicsburg PA, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17050-0788, United States
- ZIP Code
- 17050-0788
- Solicitation Number
- HYDROGEN_PEROXIDE_REQUEST_FOR_INFORMATION
- Point of Contact
- Tory Terrell Cheatham, Phone: 7176057821
- E-Mail Address
-
tory.cheatham@navy.mil
(tory.cheatham@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION Naval Supply Weapons System Support Nuclear Reactor Contracting Department N94 Hydrogen Peroxide 1.1 DESCRIPTION The Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate is dedicated solely to providing logistics and sustainment support to the Naval Nuclear Propulsion Program. We are responsible for the provisioning, procurement, and quality assurance of all components within the secondary system of the Navy's nuclear propulsion plants, also known as nuclear reactors. See section 1.3 below for a brief overview of a nuclear propulsion plant. This Request for Information (RFI) is being used as a market research tool to identify small business concerns (distributors) interested in being considered for Requirements Contract to supply Hydrogen Peroxide in support of the Navy Nuclear Water Chemical Program. These items are competitively procured. Interested parties must be able to provide these materials. See Section 2.0 for the information to include in your response. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This RFI is issued solely for information and planning purposes. It does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NAVSUP WSS is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Submissions will not be returned. Small businesses having the capabilities to perform the tasking below are encouraged to reply to this RFI. Failure to respond to this RFI does not preclude participation in any future RFQ, if any is issued. If a RFQ is issued, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. The information provided in this RFI is subject to change and is not binding on the Government. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this effort. 1.3 NAVAL NUCLEAR PROPULSION PLANT OVERVIEW U.S. naval nuclear propulsion plants use a pressurized-water reactor design that has two basic systems: the primary system and the secondary system. The primary system circulates ordinary water in an all-welded, closed loop consisting of the reactor vessel, piping, pumps, and steam generators. The heat produced in the reactor core is transferred to the water, which is kept under pressure to prevent boiling. The heated water passes through the steam generators where it gives up its energy. The primary water is then pumped back to the reactor to be heated again. Inside the steam generators, the heat from the primary system is transferred across a watertight boundary to the water in the secondary system, also a closed loop. The secondary water (which is at relatively low pressure) boils, creating steam. Isolation of the secondary system from the primary system prevents water in the two systems from intermixing, keeping radioactivity out of the secondary water. In the secondary system, steam flows from the steam generators to drive the main propulsion turbines (which turn the ship's propellers) and the turbine generators (which supply the ship with electricity). After passing through the turbines, the steam condenses back into water, and feed pumps return it to the steam generators for reuse. Thus, the primary and secondary systems are separate, closed systems in which continuously circulating water transforms the heat produced by the nuclear reaction into useful work (such as propulsion or electricity). No step in this process requires the presence of air or oxygen. This, combined with the ship's ability to produce oxygen and purified water from seawater, allows a submarine to operate completely independent of the Earth's atmosphere for extended periods of time. In fact, the length of a submerged submarine patrol is limited primarily by the amount of food the ship can carry for the crew. See below for a reactor plant schematic. 1.3 NUCLEAR PROPULSION PLANT - WATER CHEMICAL PROGRAM 1.3.1. GENERAL DESCRIPTION Following is a general overview of the requirements for material used in the Navy Nuclear Water Chemical Program of the Navy's nuclear reactors. The Ion Exchange Compounds have a Federal Supply Class Code of 6810. 1.3.2. INDIVIDUAL REPAIR PART ORDERING DATA (IRPOD) Nuclear chemical requirements are detailed in a document called an IRPOD. IRPODs are prepared by the Cognizant Design Agents (CDA) Engineers to control or reference the technical requirements for repair parts and components in support of the nuclear program. Please reference Section 1.4.1.4 to obtain access to the NECO/NR Program Information Web Site to view the IRPODs. The National Stock Number for the Hydrogen Peroxide is 1H 6810 01-044-4188 X2. •1.3.2.1. ROTIs consist of a cover letter with a certification statement, along with test and inspection reports. The required reports will be defined in the IRPOD. Some examples are: certified mill test reports; tensile, hardness, non-destructive and hydrostatic test reports; dimensional inspections; chemical analysis; alloy identification; etc. ROTIs are submitted to NAVSUP WSS up to 30 days prior to the required material delivery date and must be approved before material can be shipped. •1.3.2.2. Shelf life requirements are invoked. 1.3.3. waivers & deviations Compliance with the technical requirements of the NAVSUP WSS technical data mandated in the IRPOD is expected. Any intended use of any material which is not in full compliance with the specified technical requirements should be identified as an exception in advance prior to manufacture. Requests for waivers and deviations from the technical requirements invoked should provide justification for the requested change including an evaluation which demonstrates that proposed non-conformance will not affect the quality, form, fit, or function of the part. Where a proposed alternate or replacement item is offered, supporting technical data (catalog page, drawing(s), etc.) that fully describe the proposed item shall be provided for technical evaluation. Requests which do not contain this information will be returned and will not be submitted to engineering for review until sufficient justification is provided. Acceptance or rejection of the proposed change will be provided upon completion of engineering review. 1.3.4. packaging & packing All NAVSUP WSS packaging codes are designed to a specific item or special program requirements and are formatted in accordance with MIL-STD-2073. MIL-STD-2073 outlines standard processes for the development and documentation of military packaging, as distinct from commercial packaging. This standard covers methods of preservation to protect materiel against environmentally induced corrosion and deterioration, physical and mechanical damage, and other forms of degradation during storage multiple handling, and shipment of materiel in the defense transportation system. Local clause WSSTERMDZ03 - PRESERVATION, PACKING, AND MARKING is included in all NAVSUP WSS Nuclear contracts and provides additional requirements for items entering the Navy's distribution system. Packing, marking, palletized material, and additional special requirements are detailed in this clause. Passive Radio Frequency Identification (RFID) is required for repair parts and components including kits, assemblies and subassemblies, repairable and consumable items required for maintenance support of all equipment that will be shipped to one of the locations listed at http://www.acq.osd.mil/log/rfid/. 1.3.5. Quality assurance & Contract administration 1.3.5.1. Defense Contract Management Agency Navy Special Emphasis Operations (DCMA NSEO) DCMA NSEO provides contract administration services, production surveillance and quality assurance within the manufacturing community for NAVSUP WSS Nuclear Directorate. They act as a frontline interface between the government and contractors to ensure that purchased supplies will be delivered on time and in the quality and quantity required. 1.3.5.2. DCMA NSEO Quality Assurance Representative (QAR) Quality Assurance Representatives are defined as a government assigned on-site program coordinators acting as a liaison between the contractor personnel and the government. The responsibilities and duties of the QAR are dependent upon the contract requirements invoked; therefore the QAR must have a complete understanding of each contract and statement of work. Following are some of the responsibilities of the DCMA NSEO QAR: 1.3.5.2.1. Post-Award Orientation Conference The QAR conducts a post-award orientation conference on each NAVSUP WSS nuclear contract to aid both the government and contractor personnel in achieving a clear and mutual understanding of all the contract requirements invoked. The purpose of the meeting is to have a detailed discussion up front in order to reduce the number of contract performance issues that delay material delivery. At a minimum the post-award conference should include a discussion on any subcontractor flow down requirements, applicable drawings, design data, manuals, specifications, pre-production requirements, qualification tests, specification interpretation, packaging and marking requirements, NOFORN compliance, and contract data deliverables. The QAR should also notify the supplier in writing of any required hold points in the production or manufacturing process; hold points allow the government to witness any important manufacturing processes, an opportunity to verify significant material characteristics, or address any special areas of concern. 1.3.5.2.2. Product Quality Deficiency Reports (PQDRs) PQDRs are the primary tool used for receiving feedback from material users on the state of systems and material issued through the supply system. The primary purposes of PQDRs are to report material non-conformances, provide a vehicle to recover material cost as a result of the non-conformance, and to take steps to prevent recurrence. Non-conformance deficiencies are any defect, condition, or premature equipment failure indicating deficiencies in design, specification, documentation, material, manufacturing, and workmanship. PQDRs are classified as CATEGORY I or CATEGORY II. CATEGORY I include critical defects which may cause death, injury, severe illness, loss or major damage to a weapon system, and ultimately restrict combat readiness capabilities. CATEGORY II includes any major or minor defect which does not meet the criteria set forth in Category I. In the event of a PQDR, the contractor will be expected to assist in the investigation to determine the root cause of any valid deficiencies; root cause is defined as what processes failed to allow the deficiency. Next contractors will be expected to develop and execute and valid corrective actions to resolve any valid deficiencies; corrective actions are defined as what the contractor and QAR are doing to correct the deficiency for this shipment. Then contractors will develop preventative actions to preclude recurrence of deficiencies; preventative actions are defined as what the contractor and QAR are doing to ensure the deficiency doesn't happen again. Finally, the contractor is expected to keep the DCMA NSEO QAR informed of the status of the investigation and any rework, repair, or replacement of nonconforming material. 1.3.5.2.3. Corrective Action Requests (CARs) FAR 46.105(a) states that the contractor is responsible for carrying out its obligations under the contract by (1) controlling the quality of supplies, and (2) tendering to the Government for acceptance only those supplies that conform to the contract requirements. FAR 46.104 states that when a contract is assigned for administration to the contract administration office cognizant of the contractor's plant, that office, unless specified otherwise, shall perform all actions necessary to verify whether the supplies or services conform to the contract quality requirements. DCMA NSEO has a policy that when nonconformities associated with a supplier's Quality Management System (QMS), processes or product characteristics are independently discovered by DCMA, the supplier shall be notified and requested to initiate corrective actions in accordance with the contract requirements. Product or process nonconformities may be evidence of a breakdown in the supplier's QMS or inspection systems. There are four levels of Corrective Action Requests (CARs) that depend on the severity of the nonconformity, and the level of supplier management visibility required to adequately address corrective actions. CARs can be issued by any DCMA NSEO functional specialist to include the QAR, Industrial Specialist (IS), and the Administrative Contracting Officer (ACO). Level I CARs are issued to the supplier management level responsible for taking corrective actions for a nonconformity that can be corrected on the spot, and where no further corrective action response is necessary. Level II CARs are the minimum level for a nonconformity associated with critical characteristics. They are issued to the supplier management level responsible for initiating corrective actions when the contractual nonconformity cannot be corrected on the spot. Level II CARs may be issued to subcontractors, and may be coupled with contractual remedies such as charge for additional cost of inspection or test when prior rejection makes re-inspection or retest necessary. The purpose of a Level II CAR is to help a supplier improve their QMS. Level III CARs are issued to the supplier's top management for serious contractual nonconformities, failure to respond to a Level II CAR that has been issued, and repeat Level II CARs which indicates inadequate root cause determinations. Level III CARs are issued by the DCMA NSEO ACO and may be coupled with contractual remedies to include reduction of progress payments, cost disallowances, business management systems disapprovals, and charge for additional cost of inspection or test when prior rejection makes re-inspection or retest necessary. A Level III CAR is the DCMA NSEO Commander's management tool to correct issues that need to be addressed. Level IV CARs are issued to the supplier's top management when a Level III CAR has been ineffective and when the contractual nonconformity is of a serious nature. Level IV CARs are issued by the DCMA NSEO ACO and may be coupled with contractual remedies to include suspension of progress payments, suspension of product acceptance activities, removal of QAR from facility, and charge for additional cost of inspection or test when prior rejection makes re-inspection or retest necessary. The supplier's response to the CAR should (1) identify the causes of the nonconformity to include the root cause(s) and casual factors; (2) state the actions taken to correct the specific nonconformity; (3) state the actions taken or planned to eliminate the cause(s) and prevent recurrence of the nonconformity; (4) state whether other products are affected, including product already delivered to the customer; (5) state action taken to correct the weakness which allowed deficient product to be presented to the government for acceptance; and (6) state the target date(s) for implementation of planned actions. DCMA NSEO will review the supplier's corrective action response; verify implementation of the corrective action, and follow-up to validate the effectiveness of the corrective action. If the supplier's corrective action is ineffective, then the corrective action request is resubmitted to the supplier. If the supplier's corrective action is effective then the CAR is closed. The overall objective of the CAR process is to reduce the number of PQDRs. 1.3.5.3. Quality Inspection Levels All contracts issued by NAVSUP WSS Nuclear Directorate will include FAR Clause 52.246-2 which requires suppliers to maintain a quality system acceptable to the government, and allows the DCMA NSEO QAR access to the contractor's facility for the purpose of inspection and product verification, commonly referred to as Government Source Inspection (GSI). When significant processes are sub-contracted to other facilities, GSI may need to be included in purchase orders or service agreements to permit government oversight and/or inspection at the sub-contractor facility. As a minimum, a quality system acceptable to the government for NAVSUP WSS Nuclear Directorate contracts includes documented procedures for product verification, including calibration records for inspection equipment and records associated with product verification, documented review of sub-tier supplier capability and a documented process for managing non-conforming material. NAVSUP WSS will request DCMA conduct a pre-award survey to verify quality system acceptability. See 1.4.2.1 for additional information on Pre-Award Surveys. Depending on the specific application of nuclear material, higher level contract quality requirements may be invoked. 1.4 DOING BUSINESS WITH NAVSUP WSS NUCLEAR DIRECTORATE CODE N94 1.4.1. E-BUSINESS SYSTEMs Contractors doing business with NAVSUP WSS need access to the following e-business procurement and technical systems. 1.4.1.1. System for Award Management (SAM) - SAM is a federal government-wide procurement system that (1) acts as a single authoritative data source for vendor, contract award and reporting information. Vendors must be registered in SAM to receive a Government contract. See the following link for additional information - https://www.sam.gov/portal/public/SAM/ 1.4.1.1.1. Online Representations and Certifications (ORCA) - ORCA is an application within SAM that enables prospective government contractors to electronically submit required certifications and representations for responses to government solicitations for all federal contracts, instead of using hard copies for individual awards. The representations and certifications can be considered current for up to one year. These representations and certifications include certifications of socioeconomic status, affirmative action compliance, and compliance with veterans' employment reporting requirements. Vendors must have current online representations and certifications in SAM to receive a NAVSUP WSS contract. 1.4.1.2. Wide Area Workflow (WAWF) - WAWF is a secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment. Vendors must have access to WAWF to process a NAVSUP WSS contract. See the following link for additional information - https://wawf.eb.mil/ 1.4.1.3. Electronic Document Access (EDA) - EDA provides vendors a "view-only" capability of contract documents that match their validated DUNS or CAGE codes. Access to EDA is recommended so that vendors can view their latest contract documents in real-time. See the following link for additional information - https://wawf.eb..mil/ 1.4.1.4. Bechtel Plant Machinery, Inc (BPMI) Online E-commerce - NAVSUP WSS Nuclear Directorate, along with BPMI, has developed a website that will assist with the procurement of items for the Navy Nuclear Propulsion Program. This website is called BPMI Online E-commerce and serves as a secure database for all unclassified IRPOD and drawing documents. Vendors must have access to BPMI Online in order to view the appropriate technical information associated with most nuclear procurements. Contact connie.yingling@navy.mil for additional information on how to register and use the BPMI Online website. Contractors should allow approximately two weeks for completing the registration process. 1.4.2. new suppliers to navsup wss 1.4.2.1. Pre-Award Survey NAVSUP WSS Nuclear Directorate relies heavily on the capabilities of industry. This makes it necessary that there be reasonable assurance that purchased supplies will perform their function, be delivered on time, in the quantity and quality required, and at a fair price. For these reasons, the Nuclear Directorate performs a Pre-Award Survey on all potential suppliers to determine that contractors have the quality management systems, technical ability, production capacity, financial capability, material, machinery, and manpower to supply nuclear material. The Pre-Award Survey will be conducted by DCMA NSEO, NAVSUP WSS Quality Assurance Specialists, and Nuclear Engineers from the Cognizant Design Agent. The pre-award survey process concludes with a recommendation to the Nuclear Procurement Division regarding the prospective supplier's ability to fulfill all the terms of a nuclear contract. The following are some of the factors that are the focus of Pre-Award Surveys: •Ø Quality Assurance: Can you comply with the quality requirements invoked? A major portion of the Nuclear Directorate Pre-Award Survey will be focused on this factor. •Ø Technical Capability: Do your key management personnel have the knowledge and experience needed to generate the required product or service? •Ø Production Capability: Do you have - or can you acquire - the facilities, material, equipment, and personnel needed to complete the contract on time? Can you plan, control, and integrate each of these? Do you have a system for timely placement of orders and for vendor follow-up and control? •Ø Finance: Do you have access to enough money to acquire needed facilities, material, equipment, and personnel? •Ø Government Property Control: Are you capable of managing and controlling government property? •Ø Packaging: Do you have the equipment and personnel to meet all of the packing and shipping requirements of the contract, such as marking, unitizing, and preservation? •Ø Security: Do you and your employees have up-to-date, adequate clearances? The Defense Security Service conducts such evaluations when required. •Ø Plant Safety: Can you comply with all federal, state, and local safety requirements? •Ø Other: Additional special requirements may be included in the contract. Potential suppliers should ask themselves the following questions prior to a Pre-Award Survey. •Ø Have you chosen a management official to speak for your company? •Ø Is that management official totally familiar with the contract and the higher level quality requirements invoked? •Ø Does your quality system have adequate process controls, ensure material traceability, and properly segregate non-conforming material? •Ø Can you demonstrate your company's technical capability or the development of such a capability to generate the contracted product? •Ø Is your company's production plan adequate to meet the contract schedule? Is the plan available for review by the survey team? •Ø Are your plant facilities and equipment available and operable? •Ø Can your company meet the contract's packaging, packing, and preservation requirements, no matter how unusual? •Ø Do your company's employees have up-to-date security clearances, and are the cleared for the proper level of secrecy? •Ø Has your company hired enough properly skilled personnel? •Ø Does your company have documents - previous government or commercial contracts and orders - that demonstrate a satisfactory record of on-time deliveries of quality products? •Ø Have you made plans to escort the survey team through your facility? Are technical experts available to answer questions from the team? •Ø Have you gathered pertinent financial documents - a profit and loss summary, a balance sheet, a cash flow chart, and so forth? •Ø Do you have a list of on-hand tools and equipment? Is your measuring and test equipment properly calibrated? •Ø Have you made verifiable plans for vendor supplies and materials for subcontracts? Do you have a follow-up system to ensure that your company can meet the delivery schedule if a vendor has problems? Do your subcontractors have a quality system compliant with the contract requirements? Do you have quality records available for the government to review upon request? •Ø Do you understand all the requirements for technical data and publications? •Ø Do you have any other information or data that the pre-award survey team would find useful? 1.4.3 EXPECTED PARAMETERS OF THE ANTICIPATED REQUIREMENTS CONTRACT •Ø The expected structure of any resulting Requirements contract is a 3 year base with 2 option years. 1.4.4 THE LIST OF ITEMS TO BE PROCURED IS: •Ø NSN 1H 6810 01-044-4188 X2 HYDROGEN PEROXIDE 2.0 RESPONSES Interested parties are requested to respond to this RFI by describing specific examples of their past performance supplying the listed items to the requirements as referenced in section 1.3. Past performance efforts should be both recent and relevant. Common aspects of relevancy include the similarity of effort, complexity, dollar value, firm-fixed-price contract type, and degree of subcontract and teaming. Recent efforts should be limited to those performed in the last 12 month period. 2.0.1 RESPONSE FORMAT AND INFORMATION REQUIRED Responses in Microsoft Word for Office 2010 compatible format are due no later than 16 Mar 2018 17:00 EDT. White papers shall be limited to no more than 25 pages, less than 5MB in size, and submitted via e-mail to the Contract Specialist Tory Cheatham or email tory.cheatham@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information from non-proprietary information in your response. Please be advised that submissions will not be returned. 2.0.1.1 White Paper Section 1 Section 1 of the white paper should provide administrative information, including the following as a minimum: •Ø Name, mailing address, phone number, fax number, and e-mail address of designated point of contact. Also include your Corporate and Government Entity (CAGE) Code. •Ø Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business) based upon your company's representation of the applicable North American Industry Classification System (NAICS) code of 325199. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. 2.0.1.2 White Paper Section 2 Section 2 of the white paper shall address all information listed in Section 2.0. 3.0 QUESTIONS Submit questions regarding this announcement by e-mail to the Contracting Specialist at tory.cheatham@navy.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after March 16, 2017, 1700 EDT will be answered. 4.0 SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential sources that may be able to provide current and future NAVSUP WSS requirements. The information provided in the RFI is subject to change and is not binding on the Government. NAVSUP WSS has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Submissions will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/HYDROGEN_PEROXIDE_REQUEST_FOR_INFORMATION/listing.html)
- Record
- SN04830472-W 20180223/180221232013-68beca983f231ff3364aed464d0702cf (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |