SOLICITATION NOTICE
48 -- 48--PARTS KIT,BALL VALV, IN REPAIR/MODIFICATION OF
- Notice Date
- 1/9/2026 2:09:16 PM
- Notice Type
- Solicitation
- NAICS
- 332919
— Other Metal Valve and Pipe Fitting Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010426QZA60
- Response Due
- 2/9/2026 12:30:00 PM
- Archive Date
- 02/24/2026
- Point of Contact
- Telephone: 7176054056
- E-Mail Address
-
MADISON.M.GRAY4.CIV@US.NAVY.MIL
(MADISON.M.GRAY4.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N742.10|WVNBB|N/A|madison.m.gray4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| MARKINGS LEVEL I/SUBSAFE/DSS-SOC/TRIPER|5|X||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice & Receiving Report (COMBO); Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|Material - S4306A; Certifications - N39040|N50286|TBD|136|N/A|N/A|Certifications - N39040|N/A|N/A| See DD Form 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|TBD| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332911|750 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See Clause 252.213-7000 and NAVSUP WSS term WSSTERMMZ01. 2. All contractual documents (i.e., contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either in the mail, transmitted by facsimile, or sent by other electronic methods, such as email. The Government's acceptance of the contract proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs shall be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 18 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material shall be on or before 71 days after the effective date of the contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contract Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request. 5. Any contract/order awarded as a result of this solicitation will be a ""DO"" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See FAR Clause 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 6. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 7. All transportation to/from the repair site will be paid for by the US Navy. 8. Offers shall be submitted as an estimated price for the full repair effort based on the repair instruction or SOW. The contractor shall have 30 days to complete a teardown and evaluation of the carcasses and submit a repair report and Firm-Fixed Price offer. A cost of new price shall also be provided in addition to the repair price. 9. Include in the estimated price all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Please include the following: a. Teardown and Evaluation Rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: 10. This requirement utilizes Government Furnished Property (GFP). Any GFP located at the contractor's facility in storage that can be used for repair of the requirement must be utilized and called out within the final quote. 11. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in this order in accordance with NAVSUPWSSFA24. 12. Repair Turn Around Time (RTAT) - the resultant contractual delivery requirement is measured from the asset return to the asset acceptance under the terms of the contract. For purposes of this section, return is defined as physical receipt of the F-condition asset at the contractor?s facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the contract. 13. DD1423 Data Item A001 may be waived if already on file at NAVSUP WSS Mechanicsburg. 14. This is a Level 1 Repair. Requested RTAT: XXX Days Proposals shall reference the proposed RTAT and any capacity constraints. Price Reductions Any assets for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a reconciliation modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. Reconciliation A reconciliation modification will be issued after final inspection and acceptance of all assets inducted under this contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. \ 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 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2.3 Specification Revisions - The specification revisions listed under ""Documents 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=5959311C5 |53711| A|ER |D|0001 | A|49998|0674623 DRAWING DATA=6404977 |53711| E| |D|0001 | E|49998|0650643 DRAWING DATA=6404977 |53711| E| |D|0001.A | E|49998|0562795 DRAWING DATA=6404977 |53711| E| |D|0001.B | E|49998|0405370 DRAWING DATA=6404977 |53711| E| |D|0001.C | E|49998|0201297 DRAWING DATA=6404977 |53711| E| |D|0002 | E|49998|0301358 DRAWING DATA=6404977 |53711| E| |D|0002.A | E|49998|0312341 DRAWING DATA=6404977 |53711| E| |D|0002.B | E|49998|0276176 DRAWING DATA=6404977 |53711| E| |D|0002.C | B|49998|0243750 DRAWING DATA=6404977 |53711| E| |D|0002.D | B|49998|0103996 DRAWING DATA=6404977 |53711| E| |D|0002.E | B|49998|0220952 DRAWING DATA=6404977 |53711| E| |D|0002.F | B|49998|0226589 DRAWING DATA=6404977 |53711| E| |D|0002.G | B|49998|0144264 DRAWING DATA=6404977 |53711| E| |D|0003 | D|49998|0152804 DRAWING DATA=6404977 |53711| E| |D|0003.A | D|49998|0156901 DRAWING DATA=6404977 |53711| E| |D|0003.B | D|49998|0155404 DRAWING DATA=6404977 |53711| E| |D|0003.C | E|49998|0255834 DRAWING DATA=6404977 |53711| E| |D|0003.D | D|49998|0155065 DRAWING DATA=6404977 |53711| E| |D|0003.E | D|49998|0151245 DRAWING DATA=6404977 |53711| E| |D|0003.F | D|49998|0148075 DRAWING DATA=6404977 |53711| E| |D|0003.G | D|49998|0139768 DRAWING DATA=6404977 |53711| E| |D|0003.H | E|49998|0300546 DRAWING DATA=6404977 |53711| E| |D|0004 | E|49998|0288690 DRAWING DATA=6404977 |53711| E| |D|0004.A | E|49998|0258215 DRAWING DATA=6404977 |53711| E| |D|0004.B | E|49998|0273111 DRAWING DATA=6404977 |53711| E| |D|0005 | B|49998|0118691 DRAWING DATA=6404977 |53711| E| |D|0006 | B|49998|0117564 DRAWING DATA=6404977 |53711| E| |D|0007 | B|49998|0175962 DRAWING DATA=6404977 |53711| E| |D|0007.A | E|49998|0231215 DRAWING DATA=6404977 |53711| E| |D|0008 | E|49998|0233359 DRAWING DATA=6404977 |53711| E| |D|0009 | D|49998|0164135 DRAWING DATA=6404977 |53711| E| |D|0010 | D|49998|0096583 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=MIL-A-8625 | | |E |891113|A|1 | | 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=MIL-A-81852 | | |A |880125|A|1 | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|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 ;Naval Sea Systems Command Drawing 801-6404977, for one Ball Find No. 31 and two mating Seats Find No. 22; , 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 - ;Balls which are not usable must be dispositioned and new balls are not to be manufactured under this contract.; 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 - Find No. 31; 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 - Find No. 22; 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 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 ;Ball outside diameter may be reworked to a minimum 8.362 inches to refurbish the ball surface to meet drawing requirements and represents a relaxation below the drawing dimension. All other dimensions apply.; 3.5 ;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.; 3.6 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.7 ;Seats are to be manufactured and must meet the drawing stack height requirements when mated with the refurbished ball.; 3.8 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/. 3.9 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. 3.10 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.11 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;2.C.; of drawing ;803-5959311; . 3.11.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.12 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. 3.13 ;Surface waviness must be verified prior to Teflon coating.; 3.14 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. 3.14.1 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. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.14.3 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. 3.15 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. 3.16 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. 3.17 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. 3.17.1 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 ^ 3.18 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. 3.19 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. 3.19.1 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. 3.19.2 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. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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."" 3.22 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. 3.22.1 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. 3.22.2 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. 3.22.3 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. 3.22.4 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. 3.23 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: 3.23.1 Visual examination upon receipt to detect damage during transit. 3.23.2 Inspection for completeness and proper type. 3.23.3 Verification of material quality received. 3.23.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.23.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.23.6 Identification and protection from improper use or disposition. 3.23.7 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. 3.23.8 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. 3.23.9 Material returned to the contractor must be handled as GFM. 3.24 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. 3.24.1 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 c...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8dd47067e3e34ecc9df742e12eb982e4/view)
- Record
- SN07682926-F 20260111/260109230034 (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 |