United States - Actuator,hydraulic-

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
03 May 2024
Opportunity publication date
06 April 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N743.5|TBD|7176053229|JOEL.J.CURTIS.CIV@US.NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|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|||
GENERAL INFORMATION-FOB-DESTINATION|1|B|
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |NA|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|136|NA|NA|N39040 - Certifications|NA|NA|SEE
DD 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL|
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.|||||
WARRANTY OF DATA--BASIC (MAR 2014)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11||||||||||||
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-BASIC (FEB 2024))|5||||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|332919|750 EMPLOYEES||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
1. Data Item A001 (inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mech.
2.Drawings associated with this solicitation will be made available on the new beta.SAM website, but will be restricted access which needsto be approved. Once access has been requested, interested vendors should emailthe POC listed on the solicitation to inform
them of the request.
3.This solicitation is and resulting award will be issued IAW EAF.
4. This is a rated order certified for national defense use,and the Contractor will follow all the requirements ofthe Defense Priorities and Allocations Systemregulation (15 CFR 700).
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 SUBSAFE/Non-Level I material 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 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.
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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
DRAWING DATA=7069126 |53711| A| |D|0001 | A|00026|0000000
DRAWING DATA=7069126 |53711|A1|1N |D|0001 |A1|00026|0000000
DRAWING DATA=7069126 |96169|A2|1N |D|0001 |A2|00026|0000000
DRAWING DATA=7069126A4 |53711| A|ER |D|0001 | A|00026|0000000
DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | |
DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | |
DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | |
DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | |
DOCUMENT REF DATA=MIL-I-6868 | | |E |800606|A|3 | |
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=SAE AMS-STD-2154 | | |D |200401|A| | |
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=T9074-AS-GIB-010/271 | | |1 |140911|A| | |
DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | |
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein, the item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE ;53711;
Drawing ;7069126 ASSY B; .
3.2 Certificate of Compliance - (Special Emphasis SUBSAFE/Non-Level I MATERIAL) - The Contractor must prepare and submit a certificate of compliance traceable to each serialized component, certifying that the components furnished under this contract comply
with the requirements of the procurement document, including any/all invoked specifications and drawings.
3.3 Each component must be assigned a unique serial number. The component must be marked with this serial number on the major piece part of the assembly. (e.g. body, casing) Serial number marking must be permanently applied in accordance with MIL-STD-792.
This serial number must also be annotated on the C of C to provide positive traceability.
3.3.1 In the event of refurbishment, if an existing readable serial number is found on the component, a suffix must be applied to ensure the final serial number is unique.
3.4 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.
3.5 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format.
Definitions are provided elsewhere in the Contract/Purchase Order.
3.5.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a
copy of this request to the QAR. Requests must include the information listed below.
a. A complete description of the contract requirement affected
and the nature of the waiver/deviation (non-conformance),
including a classification of Critical, Major, or Minor.
b. Number of units (and serial/lot numbers) to be delivered in this
configuration.
c. Any impacts to logistics support elements (such as software,
manuals, spares, tools, and similar) being utilized by Government
personnel or impacts to the operational use of the product.
d. Information about remedial action being taken to prevent reoccurrence
of the non-conformance.
3.5.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail.
3.5.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering
Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information:
a. The change priority, change classification (Class I or Class II),
and change justification.
b. A complete description of the change to be made and the need for
that change.
c. A complete listing of other Configuration Items impacted by the
proposed change and a description of the impact on those CIs.
d. Proposed changes to documents controlled by the Government.
e. Proposed serial/lot number effectivities of units to be
produced in, or retrofitted to, the proposed configuration.
f. Recommendations about the way a retrofit should be accomplished.
g. Impacts to any logistics support elements (such as software,
manuals, spares, tools, and similar) being utilized by Government
personnel in support of the product.
h. Impacts to the operational use of the product.
i. Complete estimated life-cycle cost impact of the proposed change.
j. Milestones relating to the processing and implementation of the
engineering change.
3.6 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection.
^ QUALITY ASSURANCE REQUIREMENTS ^
3.7 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.
3.7.1 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.
3.7.2 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.
3.7.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of SUBSAFE/Non-Level (Q5) 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.
3.7.4 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.
3.7.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption.
3.8 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.
3.8.1 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.
3.8.2 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.
3.9 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.
3.10 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 to 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."
3.11 Final Inspection - The following inspection must be performed prior to shipping material.
3.11.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must 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 must 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 must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot.
3.11.2 Material must be inspected for form, fit, and function 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. The absence of
such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size) with lot acceptance based on zero defects and lot rejection based on one defect. Due to the high
consumer risk associated with small sample sizes, the minimum sample size must be eight units (for lot sizes of fifty or less) or one hundred percent (for lot sizes of eight or less).
3.11.3 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/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above.
3.12 See CDRL DI-MISC-80678 (Special Emphasis SUBSAFE/Non-Level I Material C of C) - The certificate of compliance must contain:
1. Contractor's name, address, phone number and date
2. The contract issuing agency's Contract/Purchase Order number
3. The national stock number (NSN)
4. Government nomenclature (noun name) of the item purchased
5. Contractor's nomenclature (noun name) of item purchased
6. Component Serial Number
7. Contractor's or authorized personnel's signature
8. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. Submission must be in accordance with the Contract Data Requirements List (DD Form 1423).
3.13 See CDRL DI-MISC-80678 (Special Emphasis SS-NON-LI Hydrostatic, NDT per T9074-AS-GIB-010/271, and Operational Testing) - The Certificate of Tests (C of T) shall contain:
1. Contractor's name, address, phone number and date
2. The contract issuing agency's Contract/Purchase Order number
3. The national stock number (NSN)
4. Government nomenclature (noun name) of the item purchased
5. Contractor's nomenclature (noun name) of item purchased
6. Component Serial Number
7. Contractor's or authorized personnel's signature
8. A statement of tests performed listing the pieces tested.
a. The standard/specification to which testing was performed.
b. The revision of the standard/specification.
c. The acceptance criteria used.
9. Test procedure numbers may also be referenced on test reports.
10. Test reports on welds shall be identified to weld joint and layer.
11. When Hydrostatic Tests, Operational Testing, or NDT is not required per the applicable drawing, the C of T shall so state. (i.e. "No NDT is required per the applicable drawing.")
3.14 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding or brazing is required, the applicable welding/brazing procedure(s) and qualification data must be submitted for
review and approval.
Note: These requirements do not apply to tack/spot welds.
3.14.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). Welding/brazing qualification must be in accordance with S9047-AQ-GIB-010/248. Applications for which commercial welding is
allowed must have procedures and qualification data which meet all applicable requirements of the specification (AWS, ASME, ETC.). The procedure and qualification data must state the specification and its revision that is being used. Suppliers that are
unsure if commercial welding is allowed for a particular application must contact the Procurement Contracting Officer.
3.14.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted to expedite the approval process. The approval letter must reference the applicable welding
procedure and qualification data report identification/number and revision. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding
procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and
pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") Authority for the repair of Special Repairs in castings and
authority for the repair of wrought or forged material must be obtained from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. This request for NAVSUP-WSS
Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application.
3.14.3 Any new procedure qualification performed to S9047-AQ-GIB-010/248 under this Contract will require the vendor to provide a minimum 48 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 48 hour time limit may be
modified upon mutual agreement between the vendor and DCMA.
3.14.4 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278 or as specified in applicable commercial welding specifications.
3.14.5 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor.
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 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.
6.1.1 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.
6.2 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. Most Specifications can obtained directly from http://quicksearch.dla.mil/
A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin 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. Theymay 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 ContractNumber, 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
NAVSUP-WSS
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 enue:
Commanding Officer
NAVSUP-WSS
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:
Commanding Officer
NAVSUP-WSS
Code 1 Support Branch
700 Robbins Avenue
Philadelphia, Pa. 19111-5094
H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.
6.3 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item.
6.3.1 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.
6.3.2 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.
6.3.3 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).
6.3.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements.
6.3.5 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.
6.3.6 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 he material supplied
conforms to the specified requirements.
6.3.7 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.
6.3.8 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.
6.3.9 Verification - An examination performed to determine compliance with a specific requirement.
6.3.10 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.
6.3.11 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.
6.3.12 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.
6.3.13 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety.
6.3.14 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
6.3.15 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major.
6.3.16 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.
6.3.17 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.

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 must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment of material. Certification documentation must 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.

DATE OF FIRST SUBMISSION=ASREQ
Block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, and 10.3 of DI-MISC-80678 do not apply.
Block 12 - Certification data must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to each shipment of material. Certification documentation must 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.

Opportunity closing date
03 May 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT MECH UNITED STATES
Contact
joel.curtis@navy.mil

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?