Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

53 -- 53--STUD,CONTINUOUS THR

Notice Date
6/25/2020 12:14:06 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
N0010420QFC53
 
Response Due
7/27/2020 12:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Telephone: 7176053528
 
E-Mail Address
HEATHER.VANHOY@NAVY.MIL
(HEATHER.VANHOY@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|743.38|WVF|717-605-3528|HEATHER.VANHOY@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&E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION (JUN 2002)|8|||X|X||||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X|||||||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|STAND ALONE RECEIVING REPORT CERTIFICATIONSCOMBO RECEIVING REPORT & INVOICE MATERIAL |N/A|TBD|N00104|TBD|N39040 CERTIFICATIONS S4306A MATERIAL|N50286|TBD|133.2|N/A|N/A|N39040 CERTIFICATIONS |N/A|N/A|SEE DD 1423 |PORT_PTNH_WAWF_NOTIFICATION.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 DATE OF DELIVERY |ONE YEAR FROM DATE OF DELIVERY||||| WARRANTY OF DATA--BASIC (MAR 2014)|2|N/A|| 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 (APR 2020)|13|||||||||||||| 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 (MAR 2020)|13|332722|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 CRITERIA AND BASIS FOR AWARD-|1|| 1. DD1423 DATA ITEM A001 MAY BE WAIVED IF ALREADY ON FILE AT NAVSUP-WSSMECHANICSBURG. 2. NAVSUP-WSS MECHANICSBURG WILL BE CONSIDERING PAST PERFORMANCE IN THE EVALUATION OF OFFERS. SEE CLAUSE NAVSUPWSSMA06. 3. DRAWINGS CAN BE ACCESSED THRU: WWW.NECO.NAVY.MIL 4. SUBMISSION OF ALL CERTIFICATION DD1423 DATA CDRLs WILL BE ON OR BEFORE 20DAYS PRIOR TO DELIVERY PNSY REVIEW/ACCEPTANCE OF CERTIFICATION CDRLs 6 WORKING DAYS AFTER RECEIPT OFCERTIFICATION DD1423 DATA CDRLs FINAL DELIVERY OF MATERIAL WILL BE ON OR BEFORE 186 DAYS AFTER EFFECTIVE DATEOF 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. 2.3 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO 9002 | | | |940701|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=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-DTL-1222, except as amplified or modified herein. MIL-DTL-1222 ordering data information is provided below. (a) Studs, bolts, hex cap screws, socket head cap screws, and nuts; MIL-DTL-1222. (b) Part Number - ;N/A; Configuration - ;STUD; Type - ;IV; Style - ;N/A; Grade - ;400 (QQ-N-281); Condition - ;As formed or Stress Relieved; Size - ;7/8 inch; Length - ;5 inches; Thread Series - ;9; Class of Fit - ;UNC; End Configuration - ;2A; (c) Issue of DoDISS is specified elsewhere in the Contract/Purchase Order. (d) Heat Treatment must be performed in accordance with applicable specifications. (e) Type of Coating - ;Chamfered; (f) Aluminum alloy fasteners must be coated in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (g) Externally threaded titanium alloy fasteners must be anodized in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (h) Cut or ground threads ;N/A; permitted. (i) See ordering data item (b) above as applicable. (j) Bearing Surfaces - ;are permitted.; (k) Self-Locking element - ;N/AX; (l) Marking must be as specified in paragraph 3.13 of MIL-DTL-1222. (m) Chemical, Mechanical, and Non-Destructive test results must be as specified elsewhere in this Contract/Purchase Order. (n) Resubmittal of fastener lots that failed an examination is not allowed unless specifically approved by the PCO. (o) Retesting of mechanical properties is not allowed unless specifically approved by the PCO. (p) Rework and resubmittal of lots must be in accordance with MIL-DTL-1222. (q) Inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (r) Acceptance criteria for inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified in this Contract/Purchase Order. (S) Non-Destructive Testing must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (t) Mechanical testing must be performed after final heat treatment, unless otherwise specified elsewhere in this Contract/Purchase Order. (u) Preservation, packaging, and packing requirements must be as specified elsewhere in the contract/purchase order. (v) - (bb) Substituting material grades is not allowed unless specifically approved by the PCO. 3.2 The Unit of Issue is EACH. The Contractor is required to provide one additional fastener for each uniquely identified heat/lot of material in each shipment. Complete traceability must be maintained on this extra fastener. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Stud, Continuous Thread; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.4 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.4.1 In order to qualify for ""Alternate Mechanical Testing"" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.4.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the ""Alternate Mechanical Testing"" provision. 3.4.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.5 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. 3.5.1 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. 3.5.2 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/ 3.5.3 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. 3.6 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. 3.7 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.9 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. 3.9.1 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. 3.9.2 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. 3.9.3 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. 3.9.4 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. 3.9.5 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. 3.10 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. 3.10.1 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. 3.10.2 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. 3.11 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 d transition technologies/systems to meet critical/urgent warfighter mission requirements. See the specific details of the requirements in the�Statement of Objectives attached to this Call.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/373726110ce84c5ea1d273e524bb960b/view)
 
Record
SN05703426-F 20200627/200625230153 (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.