30--SHAFT,INTERLOCK

expired opportunity(Expired)
From: Federal Government(Federal)
N0010421QFC87

Basic Details

started - 01 Mar, 2024 (1 month ago)

Start Date

01 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (27 days ago)

Due Date

01 Apr, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
N0010421QFC87

Identifier

N0010421QFC87
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709039)DEPT OF THE NAVY (156968)NAVSUP (79146)NAVSUP WEAPON SYSTEMS SUPPORT (58863)NAVSUP WSS MECHANICSBURG (32066)NAVSUP WEAPON SYSTEMS SUPPORT MECH (32062)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|see specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report|N/A|TBD|N00104|TBD|TBD|N50286|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL
2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2021)|13|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The following has been amended. 1. The quantity has increased from 10 each to 12 each. 2. Local text and clauses have been updated. Please reference the following pages to view all of the updates. 3. Clauses have been deleted. Please reference the following pages to view all of the deleted clauses. 4. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 01 April 2024. All other terms and conditions remain the same. \ THE FOLLOWING HAS BEEN MODIFIED: 1. THE HOUR AND DATE SPECIFIED FOR RECEIPT OF OFFERS HAS BEEN EXTENDED TO 11 JANUARY 2022. THE FOLLOWING HAS BEEN MODIFIED: 1. THE QUANTITY FOR THIS REQUIREMENT HAS BEEN REDUCED FROM 19 EACH TO 10 EACH. AS A RESULT, THE QUANTITY IN LINE ITEM 0001AA HAS ALSO BEEN CHANGED FROM 19 EACH TO 10 EACH. 2. THE REQUIRED DELIVERY DATE HAS BEEN CHANGED FROM 180 DAYS TO 290 DAYS. 3. FAR CLAUSE 52.211-8 HAS BEEN UPDATED TO REFLECT THE REDUCTION IN QUANTITY AND REQUIRED DELIVERY DATE. 4. FAR CLAUSE 52.213-4 HAS BEEN REMOVED AND THE LANGUAGE HAS BEEN UPDATED FOR FAR CLAUSES 52.204-23, 52.204-24, 52.204-8, 52.219-28, 52.222-50, AND 52.246-16. 5. THE OFFICE CODE FOR THE SOLICITATION POC HAS CHANGED FROM N743.47 TO N742.4. 6. THE HOUR AND DATE SPECIFIED FOR RECEIPT OF OFFERS HAS BEEN EXTENDED TO 28 DECEMBER 2021. \ 1. The resultant award of this solicitation will be issued bilaterally,requiring the contractor's written acceptance prior to execution. 2. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 3. Consistent with FAR 52.216-18, all contractual documents (i.e. contracts,purchase orders, task orders, delivery orders, and modifications) related tothe instant procurement are considered to be "issued" by the Government whencopies are either deposited in the mail, transmitted by facsimile, or sent byother 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. 4. Drawings associated with this solicitation will be made available athttps://sam.gov/content/home. Drawings will have restricted access which needs to be approved. Once accesshas been requested, interested vendors should email the POC listed on thesolicitation to inform them of the request. 5. 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 of Certification DD 1423 CDRLs. Final delivery of material will be on or before 180 days after the effective date of the contract. 6. NAVSUP WSS Mechanicsburg will be considering past performance in theevaluation of offers in accordance with FAR 13.106 (see DFARS clause252.213-7000 and NAVSUP WSS term WSSTERMMZ01 for additional information). \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this 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. 2.3 Specification Revisions - The specification revisions listed under "Docu ments References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. DRAWING DATA=7384566 |53711| C| |D|0000.A | B|49998|0044783 DRAWING DATA=7384566 |53711| C| |D|0001 | C|49998|0683015 DRAWING DATA=7384566 |53711| C| |D|0002.1 | C|49998|0560915 DRAWING DATA=7384566 |53711| C| |D|0002.2 | C|49998|0601218 DRAWING DATA=7384566 |53711| C| |D|0002.3 | C|49998|0409975 DRAWING DATA=7384566 |53711| C| |D|0003 | B|49998|0193972 DRAWING DATA=7384566 |53711| C| |D|0004 | B|49998|0039680 DRAWING DATA=7384566 |53711| C| |D|0004.1 | C|49998|0545246 DRAWING DATA=7384566 |53711| C| |D|0004.2 | C|49998|0415136 DRAWING DATA=7384566 |53711| C| |D|0005 | C|49998|0395115 DRAWING DATA=7384566 |53711| C| |D|0006.1 | C|49998|0615217 DRAWING DATA=7384566 |53711| C| |D|0006.10 | C|49998|0279963 DRAWING DATA=7384566 |53711| C| |D|0006.2 | C|49998|0625066 DRAWING DATA=7384566 |53711| C| |D|0006.3 | C|49998|0545058 DRAWING DATA=7384566 |53711| C| |D|0006.4 | C|49998|0532860 DRAWING DATA=7384566 |53711| C| |D|0006.5 | C|49998|0526691 DRAWING DATA=7384566 |53711| C| |D|0006.6 | C|49998|0590271 DRAWING DATA=7384566 |53711| C| |D|0006.7 | C|49998|0365820 DRAWING DATA=7384566 |53711| C| |D|0006.8 | C|49998|0620261 DRAWING DATA=7384566 |53711| C| |D|0006.9 | C|49998|0268038 DRAWING DATA=7384566 |53711| C| |D|0007.1 | C|49998|0445293 DRAWING DATA=7384566 |53711| C| |D|0007.10 | C|49998|0411525 DRAWING DATA=7384566 |53711| C| |D|0007.11 | C|49998|0430835 DRAWING DATA=7384566 |53711| C| |D|0007.12 | C|49998|0431878 DRAWING DATA=7384566 |53711| C| |D|0007.13 | C|49998|0440514 DRAWING DATA=7384566 |53711| C| |D|0007.14 | C|49998|0445444 DRAWING DATA=7384566 |53711| C| |D|0007.15 | C|49998|0459599 DRAWING DATA=7384566 |53711| C| |D|0007.16 | C|49998|0448160 DRAWING DATA=7384566 |53711| C| |D|0007.17 | C|49998|0424012 DRAWING DATA=7384566 |53711| C| |D|0007.18 | C|49998|0399954 DRAWING DATA=7384566 |53711| C| |D|0007.19 | C|49998|0415959 DRAWING DATA=7384566 |53711| C| |D|0007.2 | C|49998|0456003 DRAWING DATA=7384566 |53711| C| |D|0007.20 | C|49998|0412204 DRAWING DATA=7384566 |53711| C| |D|0007.21 | C|49998|0425804 DRAWING DATA=7384566 |53711| C| |D|0007.22 | C|49998|0434306 DRAWING DATA=7384566 |53711| C| |D|0007.23 | C|49998|0439770 DRAWING DATA=7384566 |53711| C| |D|0007.24 | C|49998|0483576 DRAWING DATA=7384566 |53711| C| |D|0007.25 | C|49998|0476287 DRAWING DATA=7384566 |53711| C| |D|0007.26 | C|49998|0453144 DRAWING DATA=7384566 |53711| C| |D|0007.27 | C|49998|0443175 DRAWING DATA=7384566 |53711| C| |D|0007.28 | C|49998|0414416 DRAWING DATA=7384566 |53711| C| |D|0007.29 | C|49998|0426848 DRAWING DATA=7384566 |53711| C| |D|0007.3 | C|49998|0438595 DRAWING DATA=7384566 |53711| C| |D|0007.30 | C|49998|0475132 DRAWING DATA=7384566 |53711| C| |D|0007.31 | C|49998|0503601 DRAWING DATA=7384566 |53711| C| |D|0007.32 | C|49998|0473452 DRAWING DATA=7384566 |53711| C| |D|0007.33 | C|49998|0501563 DRAWING DATA=7384566 |53711| C| |D|0007.34 | C|49998|0487073 DRAWING DATA=7384566 |53711| C| |D|0007.35 | C|49998|0439364 DRAWING DATA=7384566 |53711| C| |D|0007.4 | C|49998|0471357 DRAWING DATA=7384566 |53711| C| |D|0007.5 | C|49998|0480100 DRAWING DATA=7384566 |53711| C| |D|0007.6 | C|49998|0475751 DRAWING DATA=7384566 |53711| C| |D|0007.7 | C|49998|0498762 DRAWING DATA=7384566 |53711| C| |D|0007.8 | C|49998|0476501 DRAWING DATA=7384566 |53711| C| |D|0007.9 | C|49998|0499568 DRAWING DATA=7384566 |53711| C| |D|0008.1 | C|49998|0607185 DRAWING DATA=7384566 |53711| C| |D|0008.10 | C|49998|0599937 DRAWING DATA=7384566 |53711| C| |D|0008.11 | C|49998|0484846 DRAWING DATA=7384566 |53711| C| |D|0008.12 | C|49998|0325993 DRAWING DATA=7384566 |53711| C| |D|0008.13 | C|49998|0193267 DRAWING DATA=7384566 |53711| C| |D|0008.14 | C|49998|0162255 DRAWING DATA=7384566 |53711| C| |D|0008.2 | C|49998|0639798 DRAWING DATA=7384566 |53711| C| |D|0008.3 | C|49998|0620439 DRAWING DATA=7384566 |53711| C| |D|0008.4 | C|49998|0618941 DRAWING DATA=7384566 |53711| C| |D|0008.5 | C|49998|0528981 DRAWING DATA=7384566 |53711| C| |D|0008.6 | C|49998|0610626 DRAWING DATA=7384566 |53711| C| |D|0008.7 | C|49998|0622010 DRAWING DATA=7384566 |53711| C| |D|0008.8 | C|49998|0611061 DRAWING DATA=7384566 |53711| C| |D|0008.9 | C|49998|0618425 DRAWING DATA=7384566 |53711| C| |D|0009 | A|49998|0508970 DRAWING DATA=7384566 |53711| C| |D|0010 | C|49998|0459352 DRAWING DATA=7384566 |53711| C| |D|0011 | C|49998|0446817 DRAWING DATA=7384566 |53711| C| |D|0012 | C|49998|0399771 DRAWING DATA=7384566 |53711| C| |D|0013 | C|49998|0399910 DRAWING DATA=7384566 |53711| C| |D|0014 | C|49998|0416685 DRAWING DATA=7384566 |53711| C| |D|0015 | C|49998|0356167 DRAWING DATA=7384566 |53711| C| |D|0016 | C|49998|0361893 DRAWING DATA=7384566 |53711| C| |D|0017 | C|49998|0365811 DRAWING DATA=7384566 |53711| C| |D|0018 | C|49998|0336477 DRAWING DATA=7384566 |53711| C| |D|0019 | C|49998|0379438 DRAWING DATA=7384566 |53711| C| |D|0020 | C|49998|0488248 DRAWING DATA=7384566 |53711| C| |D|0021 | C|49998|0364146 DRAWING DATA=7384566 |53711| C| |D|0022 | A|49998|0408701 DRAWING DATA=7384566 |53711| C| |D|0023 | A|49998|0559211 DRAWING DATA=7384566 |53711| C| |D|0024 | A|49998|0517148 DRAWING DATA=7384566 |53711| C| |D|0025 | C|49998|0387474 DRAWING DATA=7384566 |53711| C| |D|0026 | A|49998|0375499 DRAWING DATA=7384566 |53711| C| |D|0027 | C|49998|0405303 DRAWING DATA=7384566 |53711| C| |D|0028 | C|49998|0362896 DRAWING DATA=7384566 |53711| C| |D|0029 | A|49998|0031343 DRAWING DATA=7384566 |53711| C| |D|0030 | A|49998|0343898 DRAWING DATA=7384566 |53711| C| |D|0031 | C|49998|0354956 DRAWING DATA=7384566 |53711| C| |D|0032 | C|49998|0333328 DRAWING DATA=7384566 |53711| C| |D|0033 | A|49998|0509227 DRAWING DATA=7384566 |53711| C| |D|0034 | C|49998|0415485 DRAWING DATA=7384566 |53711| C| |D|0035 | C|49998|0338448 DRAWING DATA=7384566 |53711| C| |D|0036 | C|49998|0383187 DRAWING DATA=7384566 |53711| C| |D|0037 | C|49998|0406293 DRAWING DATA=7384566 |53711| C| |D|0038 | B|49998|0359697 DRAWING DATA=7384566 |53711| C| |D|0039 | C|49998|0304543 DRAWING DATA=7384566 |53711| C| |D|0040 | B|49998|0403228 DRAWING DATA=7384566 |53711| C| |D|0041 | A|49998|0346446 DRAWING DATA=7384566 |53711| C| |D|0042 | A|49998|0334764 DRAWING DATA=7384566 |53711| C| |D|0043 | A|49998|0299450 DRAWING DATA=7384566 |53711| C| |D|0044 | A|49998|0362586 DRAWING DATA=7384566 |53711| C| |D|0045 | C|49998|0376444 DRAWING DATA=7384566 |53711| C| |D|0046 | A|49998|0400042 DRAWING DATA=7384566 |53711| C| |D|0047 | A|49998|0389644 DRAWING DATA=7384566 |53711| C| |D|0048 | C|49998|0433470 DRAWING DATA=7384566 |53711| C| |D|0049 | C|49998|0394875 DRAWING DATA=7384566 |53711| C| |D|0050 | C|49998|0388016 DRAWING DATA=7384566 |53711| C| |D|0051 | C|49998|0387835 DRAWING DATA=7384566 |53711| C| |D|0052 | C|49998|0433094 DRAWING DATA=7384566 |53711| C| |D|0053 | C|49998|0438451 DRAWING DATA=7384566 |53711| C| |D|0054 | C|49998|0407141 DRAWING DATA=7384566 |53711| C| |D|0055 | C|49998|0436740 DRAWING DATA=7384566 |53711| C| |D|0056 | C|49998|0404632 DRAWING DATA=7384566 |53711| C| |D|0057 | C|49998|0473854 DRAWING DATA=7384566 |53711| C| |D|0058 | A|49998|0322084 DRAWING DATA=7384566 |53711| C| |D|0059 | C|49998|0363638 DRAWING DATA=7384566 |53711| C| |D|0060 | A|49998|0306179 DRAWING DATA=7384566 |53711| C| |D|0061 | C|49998|0274153 DRAWING DATA=7384566 |53711| C| |D|0062 | C|49998|0458527 DRAWING DATA=7384566 |53711| C| |D|0063 | C|49998|0362826 DRAWING DATA=7384566 |53711| C| |D|0064 | A|49998|0373234 DRAWING DATA=7384566 |53711| C| |D|0065 | A|49998|0483084 DRAWING DATA=7384566 |53711| C| |D|0066 | C|49998|0368365 DRAWING DATA=7384566 |53711| C| |D|0067 | A|49998|0404328 DRAWING DATA=7384566 |53711| C| |D|0068 | A|49998|0446264 DRAWING DATA=7384566 |53711| C| |D|0069 | A|49998|0345757 DRAWING DATA=7384566 |53711| C| |D|0070 | A|49998|0326450 DRAWING DATA=7384566 |53711| C| |D|0071 | C|49998|0341236 DRAWING DATA=7384566 |53711| C| |D|0072 | C|49998|0336993 DRAWING DATA=7384566 |53711| C| |D|0073 | C|49998|0477217 DRAWING DATA=7384566 |53711| C| |D|0074 | C|49998|0431585 DRAWING DATA=7384566 |53711| C| |D|0075 | A|49998|0376101 DRAWING DATA=7384566 |53711| C| |D|0076 | C|49998|0284828 DRAWING DATA=7384566 |53711| C| |D|0077 | C|49998|0466463 DRAWING DATA=7384566 |53711| C| |D|0078 | C|49998|0285985 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 ;Shaft, Interlock must be manufactured in accordance with NAVSEA drawing 7384566 pc 100 except as amplified or modified herein.; 3.2 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. 3.2.1 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. 3.2.2 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/ 3.2.3 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. 3.2.4 A copy of the final waiver/deviation (both approved and disapproved) shall be forwarded with the applicable asset(s). 3.3 Mercury Free - Mercury and mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.4 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor shall prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 Quality System Requirements - The Contractor furnishing items under this contract/purchase order shall provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.5.1 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. 3.5.2 The Contractor's quality system shall be documented and shall be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor shall, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.5.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) 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 NAVICP-Mech may request the PCO waive this requirement. 3.5.4 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. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor shall maintain adequate records of all inspections and tests. The records shall 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. 3.6.1 The supplier's gages, measuring and test equipment shall be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel shall be made available for operations of such devices and for verification of their accuracy and condition. 3.6.2 All documents and reference data applicable to this contract shall be available for review by the Government representative. Copies of documents required for Government inspection purposes shall be furnished in accordance with the instructions provided by the Government representative. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/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 shall 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 DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.8 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor shall develop documented control procedures that require at least the following: 3.8.1 Visual examination upon receipt to detect damage during transit. 3.8.2 Inspection for completeness and proper type. 3.8.3 Verification of material quality received. 3.8.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.8.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.8.6 Identification and protection from improper use or disposition. 3.8.7 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 shall determine and record probable cause and necessity for withholding the material from use. 3.8.8 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 shall be maintained. 3.8.9 Material returned to the contractor shall be handled as GFM. 3.9 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.9.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.10 Material Traceability - Traceability markings shall be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability shall be maintained through all process operations including any subcontracted operations, to the finished component. 3.10.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking shall be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking shall be reapplied upon completion of the final manufacturing process. 3.10.2 The material control process shall include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders shall specify a method and marking location for remarking. The contractor shall also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.11 Final Inspection - The following inspections shall be performed prior to Government inspection and acceptance. 3.11.1 Material Sampling - Material shall be inspected for form, fit, and function. Lot acceptance shall be based on zero defects and lot rejection based on one defect. The sample size shall be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection shall be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size shall be eight units. For lot sizes of eight or less, the sample size shall be one hundred percent of the lot. 3.11.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.11.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) shall be 100% inspected. The certification test reports shall also be 100% inspected for completeness and legibility. 3.12 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.12.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.13 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and shall contain the following information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement which lists by name, all tests and inspections specified in Section 3 of this contract, and states that they have been performed satisfactorily. ("N/A" when Not Applicable). 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.13.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.2.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 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. 6.3.1 If you have a problem connecting to the DODSSP Website, please contact either the Subscription Service Desk (215)697-2569, or the Special Assistance Desk (215)697-2667. The DODSSP Customer Service Staff is available every business day between the hours of 7:30 AM and 4:00 PM Eastern Time to answer your questions or assist in solving any problems you might encounter when ordering from the DODSSP collection of Defense specifications and standards, Federal specifications and standards used by DOD, and other DOD standardization documents. Mail requests should be submitted to: Navy Publishing and Printing Service (Subscriptions) Building 4D 700 Robbins Ave. Philadelphia, Pa. 19111 Attn: DODSSP Requests can be transmitted to DODSSP via FAX number (215)697-1462. 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. Ordnance Documents (OD) - Ordnance Documents may be obtained by submitting a request to: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5A00 Port Hueneme, California 93043 E. 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. F. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. 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 NAVSUP-WSS-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: NAVSUP WEAPON SYSTEMS SUPPORT Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 I. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS-MECH. 6.4 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;10/20/2016 - Updated ECDS URL - Dec 17 2011 - Began using ECDS for submissions - Jan 05 2012 - Added WAWF to forward Approved Waivers/Deviations with final OQE - Dec 17 2011 - Moved Quality Assurance Text location for Readability - Jan 19 2011 - Added notification of DCMA upon contract award - Dec 01 2011 - Moved "Notes to DCMA QAR" to QA Section - Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section.; DATE OF FIRST SUBMISSION=ASREQ Paragraph 10.4 of DI-QCIC-81110 does not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. Block 12 - Certification data shall be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment of material. Certification documentation shall be submitted via WAWF (Wide Area Work Flow). Enter in WAWF as follows: "Ship to" N50286 "Inspect by" N39040 "Accept by" N39040 and eMail notification field: PORT_PTNH_WAWF_Notification@navy.mil No material is to be shipped prior to the receipt of Acceptance.

P O BOX 2020 5450 CARLISLE PIKE  MECHANICSBURG , PA 17050-0788  USALocation

Office Address : P O BOX 2020 5450 CARLISLE PIKE MECHANICSBURG , PA 17050-0788 USA

Country : United StatesState : PennsylvaniaCity : Cumberland County

Classification

naicsCode 333999
pscCode 3040Miscellaneous Power Transmission Equipment
naicsCode 333998All Other Miscellaneous General Purpose Machinery Manufacturing