SOLICITATION NOTICE
99 -- VALVE,BUTTERFLY
- Notice Date
- 3/13/2020 12:29:23 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
- SPRMM120QYC55
- Response Due
- 4/2/2020 12:00:00 AM
- Archive Date
- 04/17/2020
- Point of Contact
- Telephone: 7175503154
- E-Mail Address
-
MICHAEL.1.DECKER@DLA.MIL
(MICHAEL.1.DECKER@DLA.MIL)
- Awardee
- null
- Description
- CONTACT INFORMATION|4|ZIAA7|GLM|3154|MICHAEL.1.DECKER@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT (NOV 2002)|6||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|3 EACH|210 DAYS|||||||||||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|1|OOO1|45|90||||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|120| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|120| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED ITEMS (MAY 2008))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|332919|500||||||||||| 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 OF FIRST ARTICLE TESTING|5|||||| SOLICITATION NOTES: THIS SOLICITATION IS BEING ISSUED UNDER SPECIAL EMERGENCY PROCUREMENT AUTHORITY (SEPA), PER FAR 5.202(a)(2). THIS REQUIREMENT HAS DD1423 REQUIREMENTS THAT INCLUDE DESTRUCTIVE/NON DESTRUCTIVE FIRST ARTICLE TESTING REQUIREMENTS. To be considered for an award contractor must be an approved source of supplyfor this item. The contractor must be active on the SAM SOURCE INSPECTION IS REQUIRED, PRIOR TO SHIPMENT. FOB IS ORIGIN ALTERNATE OFFER NOTICE: If you are submitting pricing for an item that you intend on manufacturing but are not on the OEM, you must go through an authorization process as online onthe following website in order to become a NAVY approved source: www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps However, we will not delaysolicitation deadline but will consider your company for future solicitationsby the Government. IMPORTANT!!!!IMPORTANT!!!!!IMPORTANT!!!!!!!!!!! PLEASE SEND YOUR PROPOSAL TO THE FOLLOWING ADDRESS DLA MARITIME ATTN: CODE ZIAA7 5450 CARLISLE PIKE PO BOX 2020 MECHANICSBURG, PA 17055 717-550-3154 Fax Email: michael.1.decker@DLA.mil It is recommended that vendors provide contact information to NAVSUP WSSMechanicsburg in order to receive automated notifications from Navy ElectronicCommerce Online (NECO) when contracts / modifications are issued by DLAMaritime Mechanicsburg and posted on EDA. To receive these notifications,contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract SupportDivision via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include thefollowing information with your request: CAGE Code, Company Name and Addressand POC with Phone Number and Email Address. 1. SCOPE 1.1 ;This contract/purchase order contains the requirements for manufacture & contract quality requirements for the Ventilation Closure Valve & Gear Operator Assembly.; 1.2 ;This solicitation is for a""Generic Head Of Family"", the actual contract will be awarded to an approved family member NSN.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 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=1385620 |80064| L| |D| | | | DRAWING DATA=1749102 |80064| C| |D| | | | 3. REQUIREMENTS 3.1 ;The Ventilation Closure shall be manufactured in accordance with Naval Ships Systems Command drawing no. 804-1749102 Rev. C, except as amplified or modi- fied herein. The Ventilation Closure shall be size R14 with a Manual Gear Operator.; 3.2 ;The closure requirements shall be in accordance with note 10 of the drawing.; 3.3 ;The seat shall be tested for 2000 cycles at 15 PSIG of air in accordance with note 5 of the drawing.; 3.4 ;Hydrostatic pressure test shall be in accordance with note 13 of the drawing.; 3.5 ;Pressure testing shall be in accordance with note 14 of the drawing.; 3.6 Shock Test - Shock Test shall be in accordance with MIL-S-901, and MIL-STD-798, specifically. Grade ;A; Class ;1; Type ;C; 3.7 Vibration Test - Testing and approval shall be in accordance with MIL-STD-167- ;1; . 3.8 ;Fire resistance test shall be in accordance with Sheet no. 3 of the drawing.; 3.9 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.10 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required. 3.11 Configuration Control in accordance with MIL-STD-973 Short Form procedures - The requirements of MIL-STD-973 are hereby invoked in the contract/purchase order. The tailoring notes stated in the order cited in paragraph 6.2.1.3 are stated below: A. Considered, tailoring implemented B. Automated processing and submittal is not required. Interactive access to digital data is not required. C. Configuration audits are not required. D. Contractor's configuration management plan is not requried. E. Configuration terminology development documentation is required. F. Only paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 are required. G. FCD is not required. H. ACD and PCD is not required. I. Not Applicable (NA) to this contract/purchase order. J. NA to this contract/purchase order. K. NA to this contract/purchase order. L. Paragraph 5.3.6 with the exception of paragraph 5.3.6.5 and 5.3.6.7.1 are required. M. Paragraph 5.3.6.6 and 5.3.6.6.2 are required. N. Paragraph 5.3.6.6.1 is not required unless specifically cited elsewhere in Section ""C"" of this contract/purchase order. O. The marking requirement is stated elsewhere in Section ""C"" of this contract/purchase order. P. Interface requirements are as specified on the drawings provided with this contract/purchase order or the primary equipment performance MIL-SPEC or STD cited in Section ""C"" of this contract/purchase order. Q. NA to this contract/purchase order. R. All Class I changes to either a Government owned Configuration Identification (CI) or baseline configuration shall be submitted to the Procurement Contracting Officer for review and subsequent approval - conditional approval or disapproval. NDI, COTS, and PDI items previously accepted by the Government shall be submitted as above. This process does not excuse the contractor from initially offering to the Government an item which meets the minimum technical and operational requirements set forth in this contract/ purchase order. S. Preliminary Change Notices and Advance Change Study Notices are not required. T. NA to this contract/purchase order. U. and V. Class II Engineering Change Proposal (ECP) may be carried through provided the Government QAR reviews and concurs with the classification review which resulted in the ECP being classified as Class II. W. Paragraph 5.4.3 is required. X. Paragraph 5.4.4 is required. Y. NORS are not required for this contract/purchase order. Z. Short Form procedures are allowed. AA. Paragraph 5.5.2 is not required for this contract/purchase order. AB. Paragraph 5.5.7 is not required for this contract/purchase order. AC. Paragraph 5.5.8 is not required for this contract/purchase order. AD. Paragraph 5.6.2 is not required for this contract/purchase order. AE. Paragarph 5.6.3 is not required for this contract/purchase order. AF. Paragraph 5.4.2.2.3.2b is not required for this contract/purchase order. 3.11.1 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. 3.12 ;The Ventilation Closure shall be physically identified in accordance with MIL-STD-130 & note 18 of the drawing.; 3.12.1 ;Detail Drawings - Detail drawings shall be furnished for all parts, assemblies & subassemblies necessary for evaluation of the equipment & parts necessary for maintenance & overhaul of the valve. details of these parts shall be so complete as to permit emergency manufacture of one valve by a naval ship repair facility without assistance from the original manufacturer.; 3.13 Request for Assignment of National Stock Number (NSN) - The National Stock Number in this contract/purchase order is for reference only. The Contractor shall request an NSN to be assigned in accordance with the Contract Data Requirements List (DD Form 1423). The new NSN shall be included on all identification plates, tags and shipping documents. 3.14 Technical Manuals - This contract/purchase order contains a requirement for a Navy Technical Manual in accordance with the attached Technical Manual Contract Requirement (TMCR) ;NDMS-900291-000; . The Contractor shall comply with all provisions of the TMCR and the Contract Data Requirements List (DD Form 1423). The Contractor shall include two copies of the final Government approved and Government furnished technical manual with each item shipped. The technical manual shall be validated using an item which represents a production item being procured. The Cognizant Defense Management Command Quality Assurance Representative shall witness the validation. The Contractor shall prepare a Technical Manual Validation statement in accordance with the Contract Data Requirements List (DD Form 1423). The Contractor may request guidance on the preparation of the technical manual by written request to the Procurement Contracting Officer at NAVICP-MECH, Mechanicsburg, PA. The Government reserves the right to convene an In-Process Review Board at any time during the contract for the purpose of reviewing the preparation or validation of the technical manual. This board may convene at the Contactor's facility or at a site suitable to the Contractor and the Government. 3.15 Conceptual Design Drawings and Associated Lists - Conceptual Design Drawings and Associated Lists shall be in accordance with MIL-DTL-31000 as tailored by the Block 16 Remarks of the Contract Data Requirements List. Delivery shall be in accordance with the Contract Data Requirements list (DD Form 1423). 3.16 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number shall be added to the plate. The CID number will be furnished after approval of the Provisioning Technical Documentation (PTD). When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type ""C"" on brass or Type ""H"" on aluminum shall be securely attached to each assembly showing the above CID number. No assembly shall be shipped without the CID number attached. The solvent-resistance test per para 4.3.1.3 of MIL-DTL-15024 is not required. 3.17 Provisioning - Provisioning shall be in accordance with MIL-PRF-49506. Delivery shall be in accordance with the Contract Data Requirements List (DD Form 1423. 3.18 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, Rev N, 16 Nov 2012; . 4. QUALITY ASSURANCE 4.1 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;destructive & nondestructive; First Article Test/Inspection on ;one (1); unit(s) in accordance with requirements ;section c of this contract/purchase order; . 4.2 HI-Shock Test Approval - HI-Shock test approval is required in accordance with the Contract Data Requirements List (DD Form 1423). 4.3 Vibration Test Approval - Vibration test approval is required in accordance with the Contract Data Requirements List (DD Form 1423). 4.4 First Article Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). The report shall be approved prior to production. 4.5 ;Production Lot Test Procedure is detailed elsewhere in the contract/purchase order.; 4.6 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. 4.7 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.8 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. 4.9 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. 4.10 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.2 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. OPTION REMARKS: THE OPTION PROVISION IS INCLUDED IN THE EVENT THE GOVERNMENT HAS AN ADDITIONALREQUIREMENT AFTER ISSUANCE OF THE AWARD. THIS WILL AUTHORIZE THE GOVERNMENTTOADD THE ADDITIONAL QUANTITY, UP TO THE PERCENTAGE CITED, TO THE ORDER, VIAMODIFICATION WITHOUT HAVING TO RESOLICIT. IT IS REQUESTED THAT PRICING BE SUBMITTED ON THE OPTION PROVISION. EVALUATION FOR THE AWARD OF THE PROPOSED REQUIREMENT WILL BE BASED UPON THELOWEST AGGREGATE TOTAL PRICE SUBMITTED FOR THE TOTAL QUANTITY, INCLUSIVE OFTHE OPTION PROVISION. DATE OF FIRST SUBMISSION=060 DAC DATE OF FIRST SUBMISSION=060 DAC ;request for nsn assignment shall be submitted along with preliminary drawings. there shall be no shipment of completed product prior to nsn assignment reflecting your configuration. para 7.1 of data item description (DID) di-cman-80197 does not apply.; DATE OF FIRST SUBMISSION=ASREQ Block 12 - ;90; days after approval of ;preliminary drawings; . DATE OF FIRST SUBMISSION=ASREQ Block 12 - Submit for approval no later than 180 days after preliminary drawing approval. Test approval shall appear on final drawings. DATE OF FIRST SUBMISSION=ASREQ Block 12 - Submit for approval no later than 180 days after preliminary drawing approval. Test approval shall appear on final drawings. DATE OF FIRST SUBMISSION=ASREQ Block 12 - Submit for approval no later than 180 days after preliminary drawing approval. Test approval shall appear on final drawings. DATE OF FIRST SUBMISSION=ASREQ Block 12 - ;240; days after approval of ;preliminary drawings; . DATE OF FIRST SUBMISSION=ASREQ Block 13 - Approval shall be by written confirmation/rejection as well as DD 250 signature acceptance. DATE OF FIRST SUBMISSION=ASREQ Block 12 - ;30; days after approval of ;preliminary technical manual; .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fd4afabe05914c5f9f687edb91fec9e6/view)
- Record
- SN05588834-F 20200315/200313230144 (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 |