SOLICITATION NOTICE
48 -- 48--SEAT,VALVE
- Notice Date
- 5/1/2020 3:01:37 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010420QFC10
- Response Due
- 6/1/2020 12:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Telephone: 7176053875
- E-Mail Address
-
JILL.SABOL@NAVY.MIL
(JILL.SABOL@NAVY.MIL)
- Awardee
- null
- Description
- CONTACT INFORMATION|4|N743.7|WVN|717-605-3875|jill.sabol@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification section C | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|200|210|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|Material - Inspection & Acceptance at SOURCE Certifications - Inspection at DESTINATION & Acceptance at OTHER |TBD|N00 104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|N/A|N/A|Certifcations - N39040|N/A|N/A|See DD Form 1423|PORT_PTNH_WAWF_Notification@navy.mil| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from the date of delivery |one year from the date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JAN 2019)(DEVIATION 2019-O0003)|2||| 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|750||||||||||| 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|| 1. DD 1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Consistent with FAR 52.216-18, ""All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to theinstant 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. 3. NAVSUP WSS Mech will be considering past performance in the evaluation ofoffers. See Clauses DFARS 252.213-7000 and WSSTERMMZ01. 4. Available drawings and additional documents can be accessed through beta.SAM.gov. 5. Submission of ALL DD form 1423 certification data (CDRLs) will be on orbefore 20 days prior to delivery. PNSY review/acceptance of CDRLs shall be 6working days after receipt of CDRLs. Final delivery of material will be on orbefore 210 days after the effective date of the contract. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3 Specification Revisions - The specification revisions listed under ""Docu ments 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=5001003 |53711| R| |D|0001 | R|49998|0143553 DRAWING DATA=5001003 |53711| R| |D|0002 | R|49998|0086417 DRAWING DATA=5001003 |53711| R| |D|0003 | R|49998|0093377 DRAWING DATA=5001003 |53711| R| |D|0004 | R|49998|0079232 DRAWING DATA=5001003 |53711| R| |D|0005 | R|49998|0088446 DRAWING DATA=5001003 |53711| R| |D|0006 | R|49998|0146828 DRAWING DATA=5001003 |53711| R| |D|0007 | R|49998|0215517 DRAWING DATA=5001003 |53711| R| |D|0008 | R|49998|0151503 DRAWING DATA=5001003 |53711| R| |D|0009 | R|49998|0237887 DRAWING DATA=5001003 |53711| R| |D|0010 | R|49998|0320573 DRAWING DATA=5001003 |53711| R| |D|0011 | R|49998|0093628 DRAWING DATA=5001003 |53711| R| |D|0012 | R|49998|0108446 DRAWING DATA=5001003 |53711| R| |D|0013 | R|49998|0119594 DRAWING DATA=5001003 |53711| R| |D|0014 | R|49998|0110374 DRAWING DATA=5001003 |53711| R| |D|0015 | R|49998|0133506 DRAWING DATA=5001003 |53711| R| |D|0016 | R|49998|0146606 DRAWING DATA=5001003 |53711| R| |D|0017 | R|49998|0089292 DRAWING DATA=5001003 |53711| R| |D|0018 | R|49998|0075014 DRAWING DATA=5001003 |53711| R| |D|0019 | R|49998|0083942 DRAWING DATA=5001003 |53711| R| |D|0020 | R|49998|0075063 DRAWING DATA=5001003 |53711| R| |D|0021 | R|49998|0088473 DRAWING DATA=5001003 |53711| R| |D|0022 | R|49998|0097739 DRAWING DATA=5001003 |53711| R| |D|0023 | R|49998|0135432 DRAWING DATA=5001003 |53711| R| |D|0024 | R|49998|0136746 DRAWING DATA=5001003 |53711| R| |D|0025 | R|49998|0084962 DRAWING DATA=5001003 |53711| R| |D|0026 | R|49998|0090464 DRAWING DATA=5001003 |53711| R| |D|0027 | R|49998|0110427 DRAWING DATA=5001003 |53711| R| |D|0028 | R|49998|0118378 DRAWING DATA=5001003 |53711| R| |D|0029 | R|49998|0134653 DRAWING DATA=5001003 |53711| R| |D|0030 | R|49998|0125906 DRAWING DATA=5001003 |53711| R| |D|0031 | R|49998|0083254 DRAWING DATA=5001003 |53711| R| |D|0032 | R|49998|0092742 DRAWING DATA=5001003 |53711| R| |D|0033 | R|49998|0108521 DRAWING DATA=5001003 |53711| R| |D|0034 | R|49998|0082415 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ASTM-D4894 | | | |070901|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 ;Seats for size 2 1/2 inch Ball Valve to be in accordance with Naval Sea Systems Command Drawing 803-5001003, Piece 4, Part Number 803-5001003-X9XX-04, 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 - ;Seat (Q3) - Piece 4; Material - Teflon (Polytetrafluoroethylene) per ASTM-D4894, Type II, Type IV Grade 1, Type IV Grade 2. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Tensile Strength D638 4,000 PSI Min (Type II and Type IV Grade 2) 3,700 PSI Min (Type IV Grade 1) (B) Elongation D638 300% Min (Type II and Type IV Grade 2) 275% Min (Type IV Grade 1) (C) Melting Point D4591 327 deg C +/- 10 (620 deg F +/- 18) (D) Specific Gravity D792 (Method A) 2.14 - 2.19 (E) Hardness D2240 50-65 Shore D (F) Water Absorption (Max) D570 0.01% max (24 Hours) Properties (c) through (f) apply to Type II, Type IV Grade 1, and Type IV Grade 2. NOTE: The supplier is responsible for the performance of all inspection and testing requirements as specified herein, except as otherwise specified. 3.3 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. 3.4 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 in electronic (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. 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. 3.4.2 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/ 3.4.3 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 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. 3.5 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor shall 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. 3.6 Mercury Free - Mercury and mercury containing compounds shall 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. 3.7 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order shall provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system 3.8.1 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 shall be documented and shall 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 shall, 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 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. 3.8.4 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 re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall indicate the the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records shall be traceable to the material inspected. 3.9.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel shall 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 shall be avaiT
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/865b12f8bb4048eb878813feafc38c38/view)
- Record
- SN05643050-F 20200503/200501230143 (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 |