Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOLICITATION NOTICE

59 -- SWITCH,FLOW

Notice Date
1/30/2020 12:51:18 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QRA76
 
Response Due
3/2/2020 8:59:59 PM
 
Archive Date
03/17/2020
 
Point of Contact
Telephone: 7175503136
 
E-Mail Address
TONYA.NEARHOOD@DLA.MIL
(TONYA.NEARHOOD@DLA.MIL)
 
Awardee
null
 
Description
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 OR ISO 9001| PRODUCTION LOT TESTING (NOV 1992)|1|45| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|X|X|X||X|X|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|335313|1250|X|X|X|||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|X| THIS SOLICITATION IS BEING ISSUED IN ACCORDANCE WITH SEPA - SPECIAL EMERGENCY PROCUREMENT AUTHORITY. AS A RESULT, THIS PROCUREMENT IS EXEMPT FROM IUID IAW DFARS 211.274-2(b)(1). Drawings for this solicitation can be accessed via the following website: www.beta.SAM.gov. Select ALL AWARD DATA and search by the solicitation number. The solicitation will include a link to the drawings for view and download. Registration to the website is required to access the drawings. Drawings are normally available within 1 week after the solicitation is posted. If there are problems accessing the drawings after 7 days of the solicitation posting, please contact the buyer listed. This requirement includes DD1423, CONTRACT DATA REQUIREMENTS, which require PIEE/WAWF submittal and approval prior to production and/or shipment of material. The desired time for these submittals is as follows: A001 First Article Test Plan - 30 days after date of contract A002 First Article Test Report - 240 days after date of contract A003 Quality Conformance Test Report(PLT) - 390 days after date of contract A004 Critical Item Fabrication Spec Report - 390 days after date of contract Final Material Delivery - 450 days after date of contract. Please include an estimate delivery schedule for each of the DD1423 requirements and final delivery or material based upon a 30 day approval time for each. Inspection of material will be at: ______________________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________________ All contractual documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders and Modifications) related to the instant procurement are considered to be ""Issued"" by the Government when copies are either deposited in the mail, transmitted by Facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""Issue"" contractual documents as detailed herein. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the SWITCH,FLOW . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.1.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=2500350 |10001| K|FN |D|0001 | K|49998|0098576 DRAWING DATA=3235015 |10001| D|FN |D|0001 | D|49998|0048653 DRAWING DATA=3235016 |10001| H|FN |D|0001 | H|49998|0056151 DRAWING DATA=3235017 |10001| D|FN |D|0001 | D|49998|0045797 DRAWING DATA=3235018 |10001| F|FN |D|0001 | F|49998|0050613 DRAWING DATA=3235019 |10001| D|FN |D|0001 | D|49998|0050595 DRAWING DATA=3235020 |10001| F|FN |D|0001 | F|49998|0050231 DRAWING DATA=3235021 |10001| F|FN |D|0001 | F|49998|0063667 DRAWING DATA=3235022 |10001| D|FN |D|0001 | D|49998|0049198 DRAWING DATA=3235023 |10001| F|FN |D|0001 | F|49998|0060518 DRAWING DATA=3235024 |10001| G|FN |D|0001 | G|49998|0057566 DRAWING DATA=3235025 |10001| E|FN |D|0001 | E|49998|0049110 DRAWING DATA=3249412 |10001| G|FN |D|0001 | G|49998|0061654 DRAWING DATA=3249443 |10001| D|FN |D|0001 | D|49998|0185681 DRAWING DATA=5205453 |53711| M|FN |D|0001 | L|49998|0060309 DRAWING DATA=5893729 |53711| U|FN |D|0001 | U|49998|0066498 DRAWING DATA=5893729 |53711| U|FN |D|0002 | U|49998|0050722 DRAWING DATA=5893729 |53711| T|PL |D|0001 | T|49998|0021293 DRAWING DATA=5894148 |53711| H|DOC|D|0001 | H|49998|0475649 DRAWING DATA=5906216 |53711| B|FN |D|0001 | B|49998|0135274 DRAWING DATA=6145867 |53711| C|FN |D|0001 | C|49998|0051920 DRAWING DATA=6300860 |53711| B|FN |D|0001 | B|49998|0067691 DRAWING DATA=6935175 |53711| H|FN |D|0001 | H|49998|0113220 DRAWING DATA=6935175 |53711| K|PL |D|0001 | K|49998|0008676 DRAWING DATA=6935194 |53711| D|DOC|D|0001 | D|49998|0695343 DRAWING DATA=7052639 |53711| J|FN |D|0001 | J|49998|0125199 DRAWING DATA=7052650 |53711| C|FN |D|0001 | C|49998|0091755 DRAWING DATA=7053277 |53711| B|FN |D|0001 | B|49998|0052718 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the SWITCH,FLOW furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;53711 6935175; cage ; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Configuration Control - MIL-STD-973 entitled ""Configuration Management"", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001. 4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired.; 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;PREPRODUCTION SHALL BE PERFORMED IN ACCORDANCE WITH DRAWING 5894148 REV H. PAR. 3.4.2 Periodic quality conformance sample. 4.2.1.2 Periodic sampling. 4.2.2.2 Periodic production tests.; . 4.6 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;TEST SHALL BE PERFORMED IN ACCORDANCE WITH DRAWING 5894148 REV H. PARAGRAPH 3.2.1.1 Pressure/temperature, operating. 4.2.4.1 Pressure/temperature, operating. ; First Article Test/Inspection on ;4.2.2.2 Periodic production tests. ; unit(s) in accordance with the following examination and/or tests: ;4.2.2 Production tests.; . 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. 6.1.1 ;DD254 IS REQUIRED FOR CLASSIFIED TEST DRAWING. ""Critical item fabrication specifications 5894148 apply."" 5W6 Cable Assembly 5893729 is part of the Flow Switch 6935175 as an assembly. This specification has all the test and acceptance requirements for this type of cable. Referenced in the fabrication specification 5894148, is drawing 5759651 whichwhich is the classified drawing with all the proof pressure testing requirements.; DATE OF FIRST SUBMISSION=030 DAC ;POC: Patrick FaerberNaval Undersea Warfare Center Division NewportAttn: Code 855 141176 Howell St. Newport, RI 02841-1708Phone: 401-832-4593 DSN: 432-4593 Fax: 401-832-4194 E-mail: patrick.faerber@navy.mil ; DATE OF FIRST SUBMISSION=ASREQ ;POC: Patrick FaerberNaval Undersea Warfare Center Division NewportAttn: Code 855 141176 Howell St. Newport, RI 02841-1708Phone: 401-832-4593 DSN: 432-4593 Fax: 401-832-4194 E-mail: patrick.faerber@navy.mil ; DATE OF FIRST SUBMISSION=ASREQ ;POC: Patrick FaerberNaval Undersea Warfare Center Division NewportAttn: Code 855 141176 Howell St. Newport, RI 02841-1708Phone: 401-832-4593 DSN: 432-4593 Fax: 401-832-4194 E-mail: patrick.faerber@navy.mil ; DATE OF FIRST SUBMISSION=ASREQ ;POC: Patrick FaerberNaval Undersea Warfare Center Division NewportAttn: Code 855 141176 Howell St. Newport, RI 02841-1708Phone: 401-832-4593 DSN: 432-4593 Fax: 401-832-4194 E-mail: patrick.faerber@navy.mil ;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b94f53787464c6cac390fbfb1170f40/view)
 
Record
SN05548217-F 20200201/200130230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.