NUT, STEM RETAINING

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 53 - Hardware and Abrasives
NAICS Category:
  • 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing
Posted Date: Mar 27, 2024
Due Date: Apr 26, 2024
Solicitation No: N0010424QFC14
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
NUT, STEM RETAINING
Active
Contract Opportunity
Notice ID
N0010424QFC14
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 27, 2024 04:00 am EDT
  • Original Published Date: Feb 29, 2024 04:03 am EST
  • Updated Date Offers Due: Apr 26, 2024 04:30 pm EDT
  • Original Date Offers Due: Apr 01, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 11, 2024
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5310 - NUTS AND WASHERS
  • NAICS Code:
    • 332722 - Bolt, Nut, Screw, Rivet, and Washer Manufacturing
  • Place of Performance:
Description View Changes
CONTACT INFORMATION|4|N743.18|WVX|717-605-4066|karen.palm@navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See Sections C & E|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
GENERAL INFORMATION-FOB-DESTINATION|1|B/A|
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice & Receiving Report (COMBO), Certifications - Stand Alone Receiving Report|Material - Inspection/Acceptance at Source, Certifications - Inspection at Destination, Acceptance at Other|TBD|N001
04|TBD|N39040 - Certs, S4306A - Material|N50286|TBD|133.2|NA|NA|N39040 - Certs|NA|NA|See DD1423 |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|1 year from date of delivery|1 year from date of delivery|||||
WARRANTY OF DATA--BASIC (MAR 2014)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5||||||
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 (NOV 2023))|5||||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332722|500||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
This amendment has been issued to update the drawings and to make the current revision available at www.SAM.gov.
1. DD1423 Data Item A001 (INSPECTION AND TEST PLAN) may be waived if already on file at NAVSUP WSS Mechanicsburg.
2. Certifications shall be submitted in WAWF at least 20 days prior to therequired delivery date to allow time for Portsmouth NSY review.
3. Any contract awarded as a result of this solicitation wil be a "DO" ratedorder certified for national defense use under the Defense Priorities andAllocation System (DPAS).
4. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities at www.SAM.gov. After requesting access, send an email to the Primary POC listed on the solicitation.
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 LI-SOC ITEM - It has been determined that this item falls within both the Level I boundary and the Scope of Certification (SOC) boundary.
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=4558769 |53711| D| |D|0001 | D|49998|2875470
DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | |
DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01|
DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | |
DOCUMENT REF DATA=ASTM-B505 | | | |180301|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| | |
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 ;Stem Retaining Nut for a size 3 inch Ball Valve must be in accordance with Naval Sea Systems Command Drawing 845-4558769, Item 21A, except as amplified or modified herein.;
3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise:
Part - ;Stem Retaining Nut, Item 21A;
Material - ;ASTM-B505, Alloy C90300;
3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as
listed below.
Test - Visual Inspection
Item - ;Each stem retaining nut, all surfaces and threads;
Performance - T9074-AS-GIB-010/271
Acceptance - S9074-AR-GIB-010/278, Table XV.1 Column B
3.4 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent
inspection in accordance with ASME B1 series is acceptable.
3.4.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement.
3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22
of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222.
3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system.
3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance
Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the
applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC
document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/
3.6 ;Weld repair is not permitted on UNS C90300 material.;
3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document,
including any/all invoked specifications and drawings.
3.8 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.
3.8.1 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.
3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail.
3.8.3 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.
3.9 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection.
3.10 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further
application of the above documents is prohibited.prohibited.
3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract.
^ QUALITY ASSURANCE REQUIREMENTS ^
3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected,
identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance
criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer.
3.12 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-4
3.12.1 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.
3.12.2 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.
3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of
any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement.
3.12.4 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.
3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption.
3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and
rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected.
3.13.1 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.
3.13.2 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.
3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization
of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being
purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon
receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest
Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately."
3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document.
3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services
specified in the purchase order or contract.
3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the
purchased product on the end item represented by this contract.
3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be
established. Records of this effort must be available for review by the government.
3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier.
3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following:
3.15.1 Visual examination upon receipt to detect damage during transit.
3.15.2 Inspection for completeness and proper type.
3.15.3 Verification of material quality received.
3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage.
3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation.
3.15.6 Identification and protection from improper use or disposition.
3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and
necessity for withholding the material from use.
3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on
bailed property must be maintained.
3.15.9 Material returned to the contractor must be handled as GFM.
3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required
Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3,
Section C of this contract/purchase order.
3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that
implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order.
3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must
provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of
operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component.
3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the
marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is
permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing.
3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and
the tag securely affixed to the material.
3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ;
3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply:
3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the
material supplied.
3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or
mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used
during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material
must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the
original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below.
TRACEABILITY MARKING ________________________________________________
(marking on finished item)
IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO
HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________
(when applicable)
_________________________________________ DATE _____________________
(name and signature of auth. co. rep.)
3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and
contract requirements. Transcription of certification data is prohibited.
3.18.4 Statements on material 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.
3.18.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected.
3.19 Material Handling - The written material control process must include the following:
3.19.1 All raw materials must have traceability markings (except as specified below).
3.19.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability.
3.19.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must 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 heats/lots or loss of traceability. The traceability
marking must be reapplied upon completion of the final manufacturing process.
3.19.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a
minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and
grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors.
3.19.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in
DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material.
3.19.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking
location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing.
3.20 Receiving inspection -
3.20.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to
another location.
3.20.2 Receiving Inspection must include as a minimum -
Verification that the traceability marking on the material agrees with that on the certification test reports.
Verification that certification test reports are legible and complete.
Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements.
3.21 Discrepancy reporting -
3.21.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to
the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR).
3.22 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance.
3.22.1 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.
3.22.2 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/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above.
3.22.3 All data concerning material verification (chemical, mechanical or physical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification
test reports must also be 100% inspected for completeness and legibility.
3.22.4 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible.
3.23 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 must contain the following information:
1. Contractor's name, address and date.
2. The contract/purchase order number (for example: 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 9 digit NIIN, and the two digit SMIC
(for example: 1H 4820 012345678 L1) ("N/A" when Not Applicable).
4. Lubricants, sealants, anti-seize, and/or thread locking compounds ("N/A" when Not Applicable).
5. Certification that O-rings, packing, gaskets, or other elastomeric products were installed in a compressed state within an assembly or sub-assembly, prior to expiration of the shelf life ("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 to the effect that all items furnished on this contract are in full compliance with the specifications and requirements and list each contractually invoked conformance/compliance test performed by name and that it was performed
satisfactorily.
9. Contractor's or authorized personnel's signature.
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. 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.
6.4 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
- Feb 26 2009 - Clarified testing and certs only apply to pieces listed
- Oct 29 2010 - Added Sampling Std for LI In-Process testing
- Sep 30 2008 - Thread Inspection Requirements were clarified
- Dec 20 2022 - Removed requirement for vender to submit Waivers/Deviations in ECDS
- Jan 05 2012 - Added WAWF to forward Approved Waivers/Deviations with final OQE
- Dec 17 2011 - Moved Quality Assurance Text location for Readability
- Apr 15 2009 - Clarified the sample size for large and small lot sizes
- Jan 19 2011 - Added notification of DCMA upon contract award
- May 02 2009 - Added Lubricants and Sealants to the C of C
- Aug 27 2014 - Took out contractor's phone number requirement
- 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 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 10.2.1, 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.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 2, 2024[Solicitation (Updated)] NUT, STEM RETAINING

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 53--LATCH,MORTISE Active Contract Opportunity Notice ID SPE7L124T301H Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 4/26/2024

Follow 53--HANDLE,MANUAL CONTR Active Contract Opportunity Notice ID SPE7L424T4673 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/26/2024

Follow 53--O-RING Active Contract Opportunity Notice ID SPE7L324U1665 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/01/2024

Follow FD2020-22-00561-00 Active Contract Opportunity Notice ID FD2020-22-00561-00 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 3/10/2027