Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOLICITATION NOTICE

48 -- 48--PARTS KIT,VALVE, IN REPAIR/MODIFICATION OF

Notice Date
5/21/2020 12:14:09 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
N0010420QFC38
 
Response Due
6/30/2020 12:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Telephone: 7176053353
 
E-Mail Address
VINCENT.MOLESKY@NAVY.MIL
(VINCENT.MOLESKY@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N743.42|WVN|7176051883|VINCENT.MOLESKY@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C AND SECTION E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|N50286|TBD|133.2||N/A|CERTIFICATIONS - N39040||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 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(DEC 2017))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)(DEVIATION 2020-O0008)|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|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. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either depositedin the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutesbilateral agreement to ""issue"" contractual documents asdetailed here in. 2. Quote to be a firm fixed price for the full repair of the item. Thisincludes the teardown, evaluation, inspection and full repair of the item to""like new"" or ""A"" condition. See statement of work in solicitation. A beyond repair (BR)/ beyond economic repair (BER) price shall also beprovidedin addition to the repair price at time submission of quote. 3. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA24 for further details. 4.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSSMechanicsburg. 5.Drawings can be accessed thru: www.neco.navy.mil via the FBO (FEDBIZOPPS) link. 6.NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clause 252.213-7000. 7.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 (180 actual days to manufacture part) Final delivery of material (180 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. 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. 2.3 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. 2.3.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.3.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=2643-825-89A2 |53711| A|ER |D| 0001 | |A4999|8082866 DRAWING DATA=7108907 |53711| A| |D| 0001 | |A4999|8007129 DRAWING DATA=7108907 |53711| A| |D| 0002 | |A4999|8003301 DRAWING DATA=7108907 |53711| A| |D| 0003 | |A4999|8001126 DRAWING DATA=7108907 |53711| A| |D| 0004 | |A4999|8001061 DRAWING DATA=7108907 |53711| A| |D| 0005 | |A4999|8002264 DRAWING DATA=7108907 |53711| A| |D| 0006.1 | |A4999|8006136 DRAWING DATA=7108907 |53711| A| |D| 0006.2 | |A4999|8005484 DRAWING DATA=7108907 |53711| A| |D| 0006.3 | |A4999|8005964 DRAWING DATA=7108907 |53711| A| |D| 0006.4 | |A4999|8005260 DRAWING DATA=7108907 |53711| A| |D| 0006.5 | |A4999|8001423 DRAWING DATA=7108907 |53711| A| |D| 0006.6 | |A4999|8001457 DRAWING DATA=7108907 |53711| A| |D| 0006.7 | |A4999|8005019 DRAWING DATA=7108907 |53711| A| |D| 0007.1 | |A4999|8003030 DRAWING DATA=7108907 |53711| A| |D| 0007.2 | |A4999|8004071 DRAWING DATA=7108907 |53711| A| |D| 0007.3 | |A4999|8003707 DRAWING DATA=7108907 |53711| A| |D| 0007.4 | |A4999|8003894 DRAWING DATA=7108907 |53711| A| |D| 0007.5 | |A4999|8001843 DRAWING DATA=7108907 |53711| A| |D| 0007.6 | |A4999|8003874 DRAWING DATA=7108907 |53711| A| |D| 0007.7 | |A4999|8004361 DRAWING DATA=7108907 |53711| A| |D| 0008.1 | |A4999|8002637 DRAWING DATA=7108907 |53711| A| |D| 0008.2 | |A4999|8003519 DRAWING DATA=7108907 |53711| A| |D| 0008.3 | |A4999|8000774 DRAWING DATA=7108907 |53711| A| |D| 0009 | |A4999|8004010 DRAWING DATA=7108907 |53711| A| |D| 0010 | |A4999|8012816 DRAWING DATA=7108907 |53711| A| |D| 0011 | |A4999|8009201 DRAWING DATA=7108907 |53711| A| |D| 0012 | |A4999|8011546 DRAWING DATA=7108907 |53711| A| |D| 0013 | |A4999|8009833 DRAWING DATA=7108907 |53711| A| |D| 0014 | |A4999|8012475 DRAWING DATA=7108907 |53711| A| |D| 0015 | |A4999|8011295 DRAWING DATA=7285198 |53711| M| |D| 0001 | | 4999|8124755 DRAWING DATA=7286278 |53711| C| |D| 0001 | |C4999|8063255 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |130701|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=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=S9074-AQ-GIB-010/248 | | | |950801|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 markingsto each unit throughout refurbishment. 3.1.2 RE-USEABLE PARTS - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 NON-USEABLE PARTS - Any parts of the original assembly that are not usable (replacement is necessary) must be in accordance with this TDP (Technical Data Package). 3.1.4 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;NAVSEA Drawings 7108097 with ER2643-825-89A2, 7286278 for seats pc.13 and NAVSEA Drawing 7285198 for ball pc. 83; , except as amplified or modified herein. This applies to all ""Parts Requiring Certification"" as identified elsewhere in this Contract/Purchase Order. 3.1.5 Additional SOW Requirements - ;N/A; 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, pc. 83; 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, pc. 13; 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. 3.3 ;Ball outside diameter may be reworked to a minimum of 6.736 inches to refurbish the ball surface to meet drawing requirements and represents a relaxation below the drawing dimension. All other drawing dimensions apply.; 3.4 ;Defects in the ball stem slot are acceptable if backlash between 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.; 3.5 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.6 ;Seats are to be manufactured and must meet the drawing stack height requirement when mated with the refurbished ball.; 3.7 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/. 3.8 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. 3.9 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."" 3.10 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 Welding or Brazing - When welding, brazing, and allied processes are required, they must be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.12 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. 3.12.1 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. 3.12.2 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/ 3.12.3 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. 3.13 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 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. 3.15 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. 3.15.1 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 ^ 3.16 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. 3.16.1 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. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 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. 3.17.2 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. 3.18 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."" 3.19 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. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.20 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: 3.20.1 Visual examination upon receipt to detect damage during transit. 3.20.2 Inspection for completeness and proper type. 3.20.3 Verification of material quality received. 3.20.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.20.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.20.6 Identification and protection from improper use or disposition. 3.20.7 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. 3.20.8 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. 3.20.9 Material returned to the contractor must be handled as GFM. 3.21 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. 3.21.1 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. 3.22 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number for metallic material or batch of non-metallic material, 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. 3.22.1 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. 3.22.2 Traceability markings foritems 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. 3.22.3 Permanent marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Ball shall be marked in the airway and Seats to be marked on the outer cylindrical surfaces.; 3.22.4 Seat Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which must only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool must be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. Seat marking requirements must maintain complete traceability to certification OQE. Seat marking must be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and must be unique to the material certification. 3.22.5 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 item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.23 See CDRL-DI-MISC-81020 (Chemical and Mechanical) and CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certifications - The following material certification requirements apply: 3.23.1 Metallic Material - 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. 3.23.2 Non-Metallic Material - The Contractor must furnish the applicable test reports for each heat/lot...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07fecb2ad6fb47f395e3b629706d9252/view)
 
Record
SN05667198-F 20200523/200521230223 (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.