PLATE,BACKING

expired opportunity(Expired)
From: Federal Government(Federal)
SPRMM122QWL76

Basic Details

started - 11 May, 2022 (23 months ago)

Start Date

11 May, 2022 (23 months ago)
due - 26 May, 2022 (23 months ago)

Due Date

26 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
SPRMM122QWL76

Identifier

SPRMM122QWL76
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704749)DEFENSE LOGISTICS AGENCY (DLA) (282580)DLA MARITIME (102853)DLA MARITIME MECHANICSBURG (4256)SPRMM1 DLA MECHANICSBURG (4256)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208 | INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT|N/A|TBA|SPRMM1|TBA|TBA|TBA|TBA|TBA|TBA|TBA|||||| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Any questions regarding this solicitation should be submitted in writing to theContract Specialist, JESSICA BOOTH at JESSICA.BOOTH@dla.mil ALL QUOTATIONS MUST BE VALID FOR 60
DAYS STARTING FROM THE CLOSING OF THE SOLICITATION DATE. See Section H for traceability remarks. Offerors must be registered in the System for Award Management (SAM). No awards will be made to offerors not registered. Registration can be accomplished through the following web link: http://www.sam.gov ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERSTASK ORDERS, DELIVERY ORDERS, AND MODIFICATIONS) RELATED TO THISPROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FAX, 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. WHEN SUBMITTING QUOTES VIA EDI, MAKE SURE YOU SPECIFY ANY EXCEPTIONS (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES, ETC.) OR FOLLOW UP WITH A HARDCOPY OF THE EXCEPTIONS. IF NOTHING IS INDICATED OR RECEIVED, AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE ----------------------------------------------------------------------------IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFEROR ADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDR ESS, AND CAGE CODE OF THE PACKAGING FACILITY IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE MANUFACTURER IS (NAME & CAGE CODE) AND BE ABLE TO PROVIDE TRACEABILITY INFORMATION IF REQUESTED DELIVERY DAYS 240_ ADC PLEASE PROVIDE EMAIL ADDRESS FOR FOLLOW UP COMMUNICATIONS 1. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts / modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUP WSS Code 025,Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include include the following information with your request: CAGE code, company name name and address and POC with phone number and email address. 2. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environments web site. It is recommended that contractors register for EDA and Wide Area Work Flow at: https://wawf.eb.mil/piee-landing/ Click on New User and Registration. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Plate, Backing; for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=4491157 |25685| E| |D|0001 | E|49998|4583776 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=MIL-STD-973 | | | |000930|A| |04| DOCUMENT REF DATA=L-P-535E | | | |790427|A| | | DOCUMENT REF DATA= ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA= ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A|2 | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Plate, Backing; furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 4491157, Item No. 47 including associated specifications mentioned in this procurement. ; 3.2 ;Marking Requirements - The supplier shall permanently mark and identify each production lot unit ;Plate, Backing; in accordance with Notes 9 and 23 of Drawing 4491157 per MIL-STD-130.; 3.2.1 ;The supplier shall mark ;tag or bag; each production lot unit with contract, lot or batch and serial number per MIL-STD-130. The supplier shall establish, control and assign serial number.; 3.3 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.ogilvie@navy.mil, Code 242MO after award of contract.; 3.3.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.4 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.5 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.4 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.5 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3and DI-QCIC-81110 ; 4.6 ;Finished Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.7 ;Material Control - The supplier shall have an effective material control system that provides for certified industrial laboratory analysis by lot or batch for raw material ordered for production lot units. The analysis shall establish the physical and mechanical properties for the non-metallic material as specified in the applicable material specification.; 4.8 ;Production Lot.; 4.8.1 ;Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension identified on the applicable drawing. ; 4.9 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units. ; 4.10 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR. NSWCPD shall either issue Specific Government Inspection Instructions or Inspection Hold Points based on whether DCMA or NSWCPD will be performing the required Inspections/Tests. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.; 4.11 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, lot or batch, serial and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.; 4.11.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The reports shall be correlated to the drawing/item, lot or batch, serial and contract number. Supplier format isacceptable for the below listed CDRLs: a. Certified Industrial Laboratory Analysis for (PVC CMPSN A, Type II, Grade GU) Material. CDRL: CERTIFIED INDUSTRIAL LAB ANALYSIS per DI-MISC-80678 b. Visual/Dimensional Inspection Reports shall show all the characteristics, the actual measurement results of each dimension inspected including contract number, name of supplier, drawing/item number, drawing revision letter, lot or batch and serial number of finished parts, item nomenclature, inspector's acceptance signature and date. CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B c. Mercury Exclusion Certification (representing the contract units shipment). CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-80678; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE QUALITY INSPECTION PLAN BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO PRODUCTION.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A001. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;APPROVAL OF THE CERTIFICATION BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A002. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;; DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE REPORT BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A003. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;APPROVAL OF THE CERTIFICATION BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A004. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;;

DLR PROCUREMENT OPS DSCC-ZI  COC W5 P. O. BOX 2020, 5450 CARLISLE PIKE  MECHANICSBURG , PA 17055-0788  USALocation

Place Of Performance : DLR PROCUREMENT OPS DSCC-ZI COC W5 P. O. BOX 2020, 5450 CARLISLE PIKE MECHANICSBURG , PA 17055-0788 USA

Country : United StatesState : Nebraska

You may also like

License Plate Equipment

Due: 02 May, 2024 (in 14 days)Agency: Department of Motor Vehicles

CERAMIC PLATES

Due: 31 May, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PLATE, BACKING, BRAKE

Due: 24 Apr, 2024 (in 6 days)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 333999
pscCode 99MISCELLANEOUS