Astm D Tenders
Astm D Tenders
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.19|bu5|717 605 4255|alexander.m.davies6.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|tbd|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
alternate A, Annual Representations And Certifications (nov 2020)|13|x|||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|334290|750|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. Early Shipment At No Additional Cost To The Government Is Requested And Authorized.
2. Iaw Financial Management Regulation (fmr) (dod 70014.r Vol. 15), The Defense Transportation Regulation (dtr) 4500.9-r And The Security Assistance Management Manual (samm) A Transportation Account Code Is Not Required For Government Shipment. The Dcma Traffic
manager In Accordance With Dcma-inst 319 Will Coordinate With The Freight Forwarder(s) To Provide A Pre-paid/collect Shipping Label(s) Or Make Arrangements For Pickup Of The Material From The Contractor By The Freight Forwarder.
3. Transportation/shipping Instructions Are Obtained Through The Dcma's Shipping Instructions Request (sir) Application (see Https://www.dcma.mil/wbt/sir/). Registration For The Application Is Required Please Ensure That Inspection Is Performed At Source Prior To
shipment.
1. Since The Government Intends To Award Without Discussion, Any Exceptions To The Requirements Of This Solicitation Should Be Raised Prior To Submission Of An Offer.
2. Faxed Offers Will Not Be Accepted.
3. Only A Firm-fixed (ffp) Price For The Buy Of The Subject Item(s) Will Be Accepted. The Quote Submitted Must Be To Purchase The Item New. Your Quote Should Include The Following Information.
- Buy Price And Lead Time.
- Inspection & Acceptance Cage, If Not At Source.
- Cost Breakdown, Including Profit Rate (if Feasible).
- Quote Expiration Date (90 Days Is Requested).
- Delivery Vehicle (if Delivery Order Requested).
4. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Supplier. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
5. Dfars 252.225-7000 And Dfars 252.225-7001 Apply To This Acquisition. If Dfars 252.225-7000 Has Not Been Completed In Sam.gov, Then Certification Under Dfars 252.225-7000 Must Be Provided With The Quote.
6. Quotes And Any Necessary Certification Under Dfars 252.225-7000 Shall Be Emailed To Alexander.m.davies6.civ@us.navy.mil.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Transmitter,infrare , Part Of The ;5"/54-caliber Gun Mount Mk45; .
1.2 Master Phototools (artwork) - Master Phototools (artwork) For ;drawing 5181689; Will Be Provided By ;naval Surface Warfare Center, Port Hueneme Detachment Louisville, Attn. Richardmowery Code 4k12, 160 Rochester Drive, Louisville, Ky, 40214-2681; And Is
free Issue And Shall Not Be Returned At End Of Production. Upon Contract Award, Navicp-mech Will Submit A Request To The Above Activity For Shipment To The Contractor With ;30; Days. The Contractor Shall Notify The Navicp-mech Procurement Contracting Officer
of Receipt Of Master Phototools (artwork). ; ;
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=2691778 |10001| D| |d|0001 | D|49998|0141535
drawing Data=3176207 |10001| F|dw |d|0001 | F|49998|0270958
drawing Data=5181687 |53711| A| |d|0001 | -|49998|0146975
drawing Data=5181687 |53711| A| |d|0002 | -|49998|0119531
drawing Data=5181689 |53711| C| |d|0001 | C|49998|0114957
drawing Data=5181689 |53711| C| |d|0002 | C|49998|0073285
drawing Data=5181689 |53711| |1n |d|0001 | |49998|0051806
drawing Data=5181691 |53711| C| |d|0001 | C|49998|0046235
drawing Data=5181692 |53711| A| |d|0001 | A|49998|0043984
drawing Data=5181693 |53711| B| |d|0001 | B|49998|0102151
drawing Data=5181693 |53711| B|1n |d|0001 | B|49998|0037539
drawing Data=5181693 |53711| B|1n |d|0002 | B|49998|0025260
drawing Data=5181694 |53711| D| |d|0001 | D|49998|1048841
drawing Data=5181696 |53711| D| |d|0001 | D|49998|0069142
drawing Data=5181698 |53711| L| |d|0001 | K|49998|0316323
drawing Data=5181698 |53711| E|dl |d|0001 | D|49998|0037087
drawing Data=5181698 |53711| E|dl |d|0002 | D|49998|0040771
drawing Data=5181698 |53711| E|dl |d|0003 | D|49998|0046101
drawing Data=5181698 |53711| E|dl |d|0004 | D|49998|0045265
drawing Data=5181698 |53711| E|dl |d|0005 | D|49998|0038379
drawing Data=5181698 |53711| J|pl |d|0001 | J|49998|0028512
drawing Data=5181698 |53711| J|pl |d|0002 | J|49998|0030861
drawing Data=5207749 |53711| A| |d|0001 | A|49998|0052215
drawing Data=5207767 |53711| -| |a|0001 | -|49998|0064011
drawing Data=5363462 |53711| C| |d|0001 | C|49998|0121662
drawing Data=5363462 |53711| C| |d|0002 | -|49998|0052369
drawing Data=5363462 |53711| A|dl |d|0001 | A|49998|0089902
drawing Data=5363462 |53711| A|dl |d|0002 | A|49998|0094216
drawing Data=5363462 |53711| B|pl |d|0001 | B|49998|0009913
drawing Data=5363462 |53711| B|pl |d|0002 | B|49998|0029356
drawing Data=650207 |10001| R| |d|0001 | R|49998|0216953
drawing Data=650207 |10001| |1n |d|0001 | |49998|0073556
document Ref Data=ff-s-86 | | |f |200107|a| 4| |
document Ref Data=j-std-001 | | | | |a| | |
document Ref Data=mil-std-108 | | |e |850919|a| |01|
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mmm-a-134 | | | |190411|a| 1| | |y|10 |970528
document Ref Data=mil-std-167 |0001| | |930630|a| | |
document Ref Data=mil-std-202 | | |h |150418|a| |01|
document Ref Data=mil-std-750 | | |f |161130|a| |05|
document Ref Data=mil-std-883 | | |l |190916|a| | |
document Ref Data=mil-std-1669 | | | |161006|a| | |
document Ref Data=dod-std-2101 | | | |790510|a| | |
document Ref Data=ms3126 | | |h |171019|a| | |
document Ref Data=mil-a-8625 | | |f |030915|a| 1| |
document Ref Data=mil-c-26482 | | |g |000503|a| 6| |1 |y| |080306
document Ref Data=mil-i-46058 | | |c |130225|a| 7|02| |y|76 |970519
document Ref Data=a-a-52080 | | |b |980523|a| | |
document Ref Data=j-std-006 | | | |950505|a| | |
document Ref Data=asme-b1.1 | | | |910820|a| | |
document Ref Data=asme-y14.38 | | | |991108|a| | |
document Ref Data=asme-y14.5m | | |94 |940313|a| | |
document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | |y|30 |071205
document Ref Data=mil-prf-18487 | | |a |720407|a| | |
document Ref Data=mil-prf-19500 | | |p |180518|a| | | |y|135|960131
document Ref Data=mil-prf-19500 |0255| |v |070324|a| | |
document Ref Data=sae-ams-qq-a-200 | | | |980630|a| | |
document Ref Data=astm-d2000 | | | |910225|a| | |
document Ref Data=sae-ams-qq-a-225 | | | |980630|a| | |
document Ref Data=sae-ams-qq-a-225 |0006| | |980630|a| | |
document Ref Data=sae-ams-dtl-23053 | | | |990916|a| | |
document Ref Data=sae-ams-dtl-23053 |0005| | |990916|a| | |
document Ref Data=mil-i-24768 | | | |921208|a| 2| |1
document Ref Data=mil-i-24768 |0002| | |921208|a| 1| |
document Ref Data=ipc-d275 | | | |910930|a| | |
document Ref Data=sae-as28775 | | | |000929|a| | |
document Ref Data=nema-hp3 | | | |990922|a| | |
document Ref Data=sae-ams3222 | | | |850628|a| | |
document Ref Data=sae-ams3325 | | | |941003|a| | |
document Ref Data=mil-prf-39003 | | |l |060908|a| | |1 |y|78 |921029
document Ref Data=mil-prf-39003 |0001| |j |051006|a| | |
document Ref Data=mil-prf-39007 | | |j |050617|a| | |1 |y|82 |951031
document Ref Data=mil-prf-39007 |0008| |k |070222|a| 2| |
document Ref Data=mil-prf-39014 | | |g |050616|a| | |1 |y|104|970328
document Ref Data=mil-prf-39014 |0005| |g |061207|a| | |
document Ref Data=mil-prf-39017 | | |g |060208|a| | | |y|69 |970328
document Ref Data=mil-prf-39017 |0001| |p |970519|a| | |
document Ref Data=sae-ams-qq-p-416 | | | |200219|a| | |
document Ref Data=sae-ams4182 | | | |850630|a| | |
document Ref Data=mil-hdbk-454 | | |b |070415|a| | |
document Ref Data=mil-prf-55110 | | |f |981127|a| 1| | |y|44 |950926
document Ref Data=astm-b633 | | | |850927|a| | |
document Ref Data=di-ndti-80603 | | |a |061114|a| | |
document Ref Data=di-ndti-80809 | | |b |970124|a| | |
document Ref Data=iso9001 | | | |010417|a| | |
document Ref Data=mil-std-973 | | | |950113|a| |03|
document Change Data=ams3222 |sae-ams3222
document Change Data=ams4182 |sae-ams4182
document Change Data=ansi-b1.1 |asme-b1.1
document Change Data=mil-c-18487 |mil-prf-18487
document Change Data=mil-c-39003/1 |mil-prf-39003/1
document Change Data=mil-c-39014/5 |mil-prf-39014/5
document Change Data=mil-f-18240 |mil-dtl-18240
document Change Data=mil-i-23053/5 |sae-ams-dtl-23053/5
document Change Data=mil-p-13949/4 |ansi/ipc-4101,l240620c1/c1aa
document Change Data=mil-p-18177 |mil-i-24768/2
document Change Data=mil-p-416 |qq-p-416
document Change Data=mil-p-46843 |ipc-d275, Class 3
document Change Data=mil-p-55110 |mil-prf-55110
document Change Data=mil-r-39007/8 |mil-prf-39007/8
document Change Data=mil-r-39017/1 |mil-prf-39017/1
document Change Data=mil-s-19500/255 |mil-prf-19500/255
document Change Data=mil-s-19500/427 |mil-prf-19500/427
document Change Data=mil-std-12 |asme-y14.38
document Change Data=mil-std-167 |mil-std-167/1
document Change Data=mil-std-275 |ipc-d275
document Change Data=mil-t-43435 |a-a-52080
document Change Data=mil-v-173 |astm-d3955
document Change Data=mil-w-16878/6 |nema-hp3
document Change Data=ms28775 |sae-as28775
document Change Data=ms33709 |mil-std-1669
document Change Data=os9987 |not Required
document Change Data=qq-a-200/3 |sae-ams-qq-a-200/3
document Change Data=qq-a-200/8 |sae-ams-qq-a-200/8
document Change Data=qq-a-225/6 |sae-ams-qq-a-225/6
document Change Data=qq-z-325 |astm-b633
document Change Data=sae-ams3326 |sae-ams3325
document Change Data=sae-sb815-be |sae-ams-3222
document Change Data=wr43 |dod-std-2101
3. Requirements
3.1 Manufacturing And Design - The Transmitter,infrare Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 5181698 And All Associated Drawings And Specifications; .
3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130.
3.3 Configuration Control In Accordance With Mil-std-973 Short Form Procedures - The Requirements Of Mil-std-973 Are Hereby Invoked In The Contract/purchase Order. The Tailoring Notes Stated In The Order Cited In Paragraph 6.2.1.3 Are Stated Below:
A. Considered, Tailoring Implemented
B. Automated Processing And Submittal Is Not Required.
Interactive Access To Digital Data Is Not Required.
C. Configuration Audits Are Not Required.
D. Contractor's Configuration Management Plan Is Not Requried.
E. Configuration Terminology Development Documentation Is Required.
F. Only Paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 Are Required.
G. Fcd Is Not Required.
H. Acd And Pcd Is Not Required.
I. Not Applicable (na) To This Contract/purchase Order.
J. Na To This Contract/purchase Order.
K. Na To This Contract/purchase Order.
L. Paragraph 5.3.6 With The Exception Of Paragraph 5.3.6.5 And
5.3.6.7.1 Are Required.
M. Paragraph 5.3.6.6 And 5.3.6.6.2 Are Required.
N. Paragraph 5.3.6.6.1 Is Not Required Unless Specifically Cited
Elsewhere In Section "c" Of This Contract/purchase Order.
O. The Marking Requirement Is Stated Elsewhere In Section "c" Of This
Contract/purchase Order.
P. Interface Requirements Are As Specified On The Drawings Provided
With This Contract/purchase Order Or The Primary Equipment
Performance Mil-spec Or Std Cited In Section "c" Of This
Contract/purchase Order.
Q. Na To This Contract/purchase Order.
R. All Class I Changes To Either A Government Owned Configuration
Identification (ci) Or Baseline Configuration Shall Be Submitted To
The Procurement Contracting Officer For Review And Subsequent
Approval - Conditional Approval Or Disapproval. Ndi, Cots, And Pdi
Items Previously Accepted By The Government Shall Be Submitted As
Above. This Process Does Not Excuse The Contractor From Initially
Offering To The Government An Item Which Meets The Minimum
Technical And Operational Requirements Set Forth In This Contract/
Purchase Order.
S. Preliminary Change Notices And Advance Change Study Notices Are Not
Required.
T. Na To This Contract/purchase Order.
U. And V. Class Ii Engineering Change Proposal (ecp) May Be Carried
Through Provided The Government Qar Reviews And Concurs With The
Classification Review Which Resulted In The Ecp Being Classified As
Class Ii.
W. Paragraph 5.4.3 Is Required.
X. Paragraph 5.4.4 Is Required.
Y. Nors Are Not Required For This Contract/purchase Order.
Z. Short Form Procedures Are Allowed.
Aa. Paragraph 5.5.2 Is Not Required For This Contract/purchase Order.
Ab. Paragraph 5.5.7 Is Not Required For This Contract/purchase Order.
Ac. Paragraph 5.5.8 Is Not Required For This Contract/purchase Order.
Ad. Paragraph 5.6.2 Is Not Required For This Contract/purchase Order.
Ae. Paragarph 5.6.3 Is Not Required For This Contract/purchase Order.
Af. Paragraph 5.4.2.2.3.2b Is Not Required For This Contract/purchase
Order.
3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority.
Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below.
The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788.
Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
3.4 Qualification Requirements - This Item Contains Components That Must Be Manufactured By A Government Qualified Products List (qpl) Supplier.
3.5 Production Lot Test Procedures Are Required.
3.6 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208.
4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.4 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.5 Production Lot Test Procedures - (government Approval) - The Contractor Shall Prepare And Submit Test Procedures In Accordance With The Contract Data Requirements List (dd Form 1423).
There Is Hereby Created An Option For The Government To Waive The Requirement For Submission Of A Test Procedure. If The Offeror Has Had Its Test Procedure Proviously Approved By The Government, Furnish The Name Of The Approval Activity, Date Of Approval,
and Contract Number Under Which The Test Procedure Was Approved.
In The Event The Government Exercises The Option To Waive Submission Of A Test Procedure, The Previously Approved Procedure Shall Apply To The Contract/purchase Order.
4.6 Production Lot Test (contractor) - The Contractor Shall Perform 100% Production Testing In Accordance With ;the Contractors Approved Test/inspection Procedure For Drawing 5181698 And All Associated Drawings And Specfications. Acceptance Delegated To The
dcmc-qar. ; .
4.7 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423).
4.8 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
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.
There Are 7 (seven) Seperate 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 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
date Of First Submission=060 Dac
block 12 - Submit For Approval Prior To Production.
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
1.1 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution.
date Of First Submission=asreq
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
1.2 Block 12 - Submit For Approval In Accordance With The Delivery Schedule.
1.3 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.6|wvx|564-230-3066|francine.a.pommells.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|||
inspection And Acceptance - Short Version|8|x||x||||||
variation In Quantity (apr 1984)|3|5%|0%|total Contract Quantity|
time Of Delivery (june 1997)|20|0001|450|365 Days||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1
423|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 (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|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 (may 2024)|13|332722|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Solicitation Is Amended To Extend The Closing Date To 10jan2025.
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech.
2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000.
3. The Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls After Receipt
final Delivery Of Material (365 Livery Days )
please Quote Actual Delivery Days
early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment.
4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities.
5. A Variation In Quantity Of +5% Of The Total Contract Quantity Is Allowed.see Far 52.211-16 For Further Details.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 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 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
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=astm-d4066 | | | |130701|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=qpl 25027 | | |17 |000207|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=aia/nas Nasm 17828 | | |1 |130430|a| | |
document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Nasm25027, Except As Amplified Or Modified Herein. Nasm25027 Ordering Data Information Is Provided Below.
(a) Nuts, Self Locking, 250 F, 450 F, And 800 F; Nasm25027
(b) Part Number - ;ms17828-22c;
(c) Preservation, Packaging, And Marking Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 The Unit Of Issue Is Each.
the Contractor Is Required To Provide One Additional Fastener For Each Uniquely Identified Heat/lot Of Material In Each Shipment. Complete Traceability Must Be Maintained On This Extra Fastener.
3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;nut, Self Locking Hexagon;
material - Qq-n-281, Class A Annealed (hot Finished Or Cold Drawn) Or Class B Cold Drawn.
all Material Must Be From The Same Class.
self-locking Element- Astm-d4066, Group 01, Class 1, Grade 1
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - ;dye Penetrant Inspection For Non-magnetic Grades;
item - ;nut, Self Locking Hexagon;
performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444
(method C Solvent Removal Techniques Must Not Be Used On Thread)
acceptance - ;nasm25027;
test - Quality Conformance Tests
item - Self-locking Nuts
performance - ;nasm25027;
acceptance - ;nasm25027;
attribute - Certificate Of Completion
item - Self-locking Nut Nonmetallic Insert
performance - ;astm-d4066, Group 01, Class 1, Grade 1;
3.5 See Cdrl Di-ndti-80809 (fat Self Locking Nuts) - First Article Testing - Certifications Are Required For The Following Tests On The Items Listed Below:
test - Fat (consisting Of Qualification Inspections In Table Xiii Of Nasm25027)
item - Self-locking Nuts
performance - ;paragraph 3.2 And Table Xiii Of Nasm25027;
acceptance - ;paragraph 3.2 And Table Xiii Of Nasm25027;
this Requirement May Be Satisfied By The Submission Of The Approval Letter Of Previously Performed Qualification Testing As Fat.
this Requirement May Also Be Satisfied By The Submission Of A Letter From Previously Qualified Manufacturers Stating That They Were Previously Qualified And That Their Production Methods Represented By The Qualification Tests Have Not Changed.
distributors May Also Satisfy This Requirement By Submitting Proof (certificate Of Compliance, Invoice, Etc.) That The Material Was Obtained From A Qualified Source.
for Heavy Hex Nuts, The Above Documentation For The Same Size And Material Standard Hex Nut Is Acceptable, Except When Specific Performance Characteristics, Such As Mechanical Properties, Are Called Out Elsewhere Within This Contract. These Specific Performance
characteristics Must Be Satisfied For Fat.
for Heavy Hex Nuts Manufactured In Accordance With Mil-dtl-32258, The Fat Must Be Performed In Accordance With Nasm25027 And Mil-n-25027/1.
3.6 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.7 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia,
The Mechanical Properties Of Hex Bar Apply.
3.8 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.
3.9 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.
3.9.1 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.
3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.9.3 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.
3.10 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.
3.11 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.
3.11.1 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 ^
3.12 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.
3.13 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.
3.13.1 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.
3.13.2 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.
3.13.3 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.
3.13.4 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.
3.13.5 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.
3.14 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.
3.14.1 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.
3.14.2 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.
3.15 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."
3.15.1 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.
3.15.2 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.
3.15.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.15.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.15.5 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.
3.16 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:
3.16.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.16.2 Inspection For Completeness And Proper Type.
3.16.3 Verification Of Material Quality Received.
3.16.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.16.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.16.6 Identification And Protection From Improper Use Or Disposition.
3.16.7 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.
3.16.8 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.
3.16.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.17 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.
3.17.1 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.
3.18 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.
3.19 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:
3.19.1 Quantitative Chemical And Mechanical Analysis Of Material Is Required ;in Accordance With Qq-n-281; .test Reports Must Be Traceable To Traceability Marking On The Material. Material Certification Test Reports Must Include The Class, Form, Condition,
grade, Type, Finish, And/or Composition, As Applicable, Of The Material Supplied.
3.19.2 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 For Chemical Composition Must Be Overstamped And/or 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.)
3.19.3 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.
3.19.4 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.
3.19.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.20 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 Marking 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.
3.20.1 Fasteners Must Be Marked In Accordance With ;nasm 17828. Nuts Must Be Marked On The Wrenching Surface With The Manufacturer's Identification Symbol, Material Symbol, And Heat/lot Traceability Code; . The Method Of Marking Must Be Types I, Ii, Iii, V,
viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be
marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds.
3.20.2 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side Location
if Necessary). Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed By Approximately .010" Located On The Top Perimeter Of The Head Of
the Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.21 Material Handling - The Written Material Control Process Must Include The Following:
3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.21.3 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 Or Loss Of Traceability. The Traceability Marking
must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.21.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By The Traceability Marking 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.
3.21.5 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.
3.22 Receiving Inspection -
3.22.1 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.
3.22.2 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.
3.23 Discrepancy Reporting -
3.23.1 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.24.1 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.
3.24.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided 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.
3.24.3 All Data Concerning Material Verification (chemical And Mechanical 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.
3.24.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.25 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
- 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
- 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.
date Of First Submission=asreq
block 14 - Within 120 Days After Contract Award, Forward One Copy To The Pco.
the Review (approval/disapproval) Must Be Within 120 Days From The Date Of Of Receipt.
this Requirement May Be Satisfied By The Submission Of One Of The Following:
- A Copy Of The First Article Test Report
- A Copy Of The Approval Letter For Previously Performed First Article Testing
- The Letter Of Qualification Acceptance.
distributors May Also Satisfy This Requirement By Submitting Proof (certificate Of Compliance, Invoice, Etc.) That The Material Was Obtained From A Qualified Source.
for Heavy Hex Nuts, The Above Documentation For The Same Size Standard Hex Is Acceptable.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: This Is A Sources Sought Notice And Is For “information Purposes Only” To Prepare A One-time Buy For Nsn 4240-01-548-2264, Pr Number 7009054052. This Is Not A Request For Proposals, Quotations Or Bids. This Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research Pursuant To Far Part 10. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That Are Capable Of Executing The Potential Contract. The Government Is Not Obligated And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. No Solicitation Exists At This Time.
the Government Intends To Purchase Approximately 1,500 Ea (w25g1u New Cumberland Facility, New Cumberland Pa 17070-5002 Us) Of Nsn 4240-01-548-2264, Slide, Escape, Aircraft. It Is To Be Manufactured By Approved Sources Only. Parties Interested In Becoming An Approved Source For This Item Are Encouraged To Complete A Source Approval Request (sar) Package.
pr 7009054052
nsn: 4240-01-548-2264
fsc: 4240 – Safety & Rescue Equipment
naics Code: 339113
item Description: Hood, Chemical-biological
avon Protection Systems Inc. (1lew5), P/n: 71013/2
estimated Quantity: 1,500 Ea
estimated Delivery: 90 Days Ado
stock Location: W25g1u
w1a8 Dla Distribution
ddsp New Cumberland Facility
2001 Normandy Drive Door 113 To 134
new Cumberland Pa 17070-5002 Us
hood, Chemical-biological
ra001: This Document Incorporates Technical And/or Quality Requirements
(identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The
dla Master List Of Technical And Quality Requirements Found On The Web
at:
http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx
for Simplified Acquisitions, The Revision Of The Master In Effect On The
solicitation Issue Date Or The Award Date Controls. For Large
acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date
applies Unless A Solicitation Amendment Incorporates A Follow-on
revision, In Which Case The Amendment Date Controls.
rq038: Chemical And Biological Defense Equipment First Article Test
(fat), Production Lot Test (plt), And Fat Waivers
rd002, Covered Defense Information Applies
rp001: Dla Packaging Requirements For Procurement
rq011: Removal Of Government Identification From Non-accepted Supplies
rq003: Configuration Change Management For Edgewood For Chemical,
biological Center Materials - Engineering Change Proposal Request For
variance (deviation Or Waiver)
rq009: Inspection And Acceptance At Origin
rq032: Export Control Of Technical Data
this Item Has Technical Data Some Or All Of Which Is Subject To
export-control Of Either The International Traffic In Arms Regulations
(itar) Or The Export Administration Regulations (ear), And Cannot Be
exported Without Prior Authorization From Either The Department Of State
or The Department Of Commerce. Export Includes Disclosure Of Technical
data To Foreign Persons And Nationals Whether Located In The United
states Or Abroad. This Requirement Applies Equally To Foreign National
employees And U.s. Companies And Their Foreign Subsidiaries. Dfars
252.225-7048 Is Applicable To This Data.
the Defense Logistics Agency (dla) Limits Distribution Of Export-control
technical Data To Dla Contractors That Have An Approved Us/canada Joint
certification Program (jcp) Certification, Have Completed The
introduction To Proper Handling Of Dod Export-controlled Technical Data
training And The Dla Export-controlled Technical Data Questionnaire
(both Are Available At The Web Address Given Below), And Have Been
approved By The Dla Controlling Authority To Access The
export-controlled Data. Instructions For Obtaining Access To The
export-controlled Data Can Be Found At:
https://www.dla.mil/logistics-operations/enhanced-validation/
to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed
for Use Are Required To Have An Approved Jcp Certification And Have
been Approved By The Dla Controlling Authority To Access
export-controlled Data Managed By Dla. Dla Will Not Delay Award In
order For An Offeror Or Its Supplier To Apply For And Receive Approval
by The Dla Controlling Authority To Access The Export-controlled Data.
note: The Cited Drawing Is A Source Controlled
drawing And As Of The Date Of This Solicitation
only The Source(s) Cited On The Drawing Have
been Approved. Even Though Sources And Approved
part Numbers Are Provided, The Items
furnished Must Meet The Requirements Of The
cited Drawing. Offerors Who Are Interested In
qualifying Their Product For Purpose Of Future
acquisition Must Contact The Cognizant Design
activity Specified On The Source Controlled
drawing.
also, May Include Additional Approved Sources
that Have Not Been Reflected On The Drawing At
this Time.
class I Ozone Depleting Chemicals Are Not To Be
used Nor Incorporated In Any Items To Be
delivered Under This Contract.this Prohibition
supersedes All Specification Requirements But
does Not Alleviate Any Product Requirements.
substitute Chemicals Must Be Submitted For
approval Unless They Are Authorized By The
specification Requirements.
this Is An Identified Chemical Biological Defense Equipment Item.
all Packaged Items Of Supply Shall Be Marked Iaw Mil-std-129.
military Packaging Is Required. Requirements Defining Levels Of
packaging Shall Be Iaw Mil-std-2073-1. If Special Packaging
instructions (spi) Are Provided In The Technical Data Package (tdp), The
spi’s Requirements Will Take Precedence Over Mil-std-2073-1 Where
applicable.
for All Chemical Biological Items, The First Article Test (fat) Waiver
timeframe Is Reduced To One (1) Year. The Use Of The Army Combat
capabilities Development Command Chemical Biological Center Devcom Cbc
form 081 Is Required For All First Article Test Waivers, (note: Do Not
use A Dd Form 1694 “request For Variance (or Waiver)” For A Fat Waiver).
include Rq038 In The Material Master For All Chemical Biological Items.
this Supersedes The Three (3) Year Waiver Time Frame Allowed In
procurement Note H03- Supplemental First Article Testing Requirements.
lot Numbering
other Lot Numbering Applies
ea-h-2247 W/am3 Rev.a
- Within Specification Ea-h-2247a W/am4, Dated 04 March 2019, Paragraph
2.2.2, Replace "71013/2" With "5-1-4391-20".
- Within Specification Ea-h-2247a W/am4, Dated 04 March 2019, Government
furnished Property Referenced Within Paragraph 3.6 Is Already With The
contractor, And Will Not Be Provided.
- Within Specification Ea-h-2247a W/am4, Dated 04 March 2019, Page 10,
table Ii, Change The Following:
from: "*test Specimens Shall Be Swatches Prepared From One Lot Of
hood Material."
to: "*test Specimens Shall Be Swatches Prepared From One Lot Of
hoods. No More Than 1 Swatch Shall Be Taken From 1 Hood, And Each Swatch
shall Contain A Seam."
- On Spi P5-1-4391-20, Revision -, Dated 7 Nov 2019, Page 2, Remark E:
use Closure Method 2b7 For Intermediate Packaging.
- On Spi P5-1-4391-20, Revision -, Dated 7 Nov 2019, Page 2, Remark F:
sealing Method B Of Astm D1974
-use The Following Information To Fill Out Dd Form 1423:
1. Data Item No. A001
2. Title Of Data Item: First Article Test Report
3. Subtitle:
4. Authority: Di-ndti-80809b
5. Contract Reference: Section E; Clause 52.209-3
6. Requiring Ofc: Fcdd-cbe-sqi
7. Lt
8. App Code:
9. Dist. Statement Required: D
10. Frequency: As Req
11. As Of Date:
12. Date Of First Submission: As Req
13. Date Of Sub:
14. Distribution / A. Addressees B. Copies Draft / 1 Final Copy See
address Code // Distribution Address Attachment //
15. Total: 1
16. Remarks:
*first Article Test Report Shall Be Submitted Thru The Qar. See The
contract Clauses Pertaining To First Article Test Reports For In
structions Regarding Submission And Disposition Reports. Submit
electronically Thru The Qar To The Contract Specialist/pco. The Contract
specialist Will Provide The Report Electronically To Devcom Cbc-qa Poc.
**the Govt Has 30 Days After Receipt Of Fatr For Approval/disapproval.de
zqa07 Object Text Id St
critical Application Item
avon Protection Systems Incorporated 1lew5 P/n 71013/2
iaw Basic Drawing Nr 81361 5-1-4391
revision Nr Dtd 11/26/2019
part Piece Number:
iaw Reference Std Nr Mil-std-147e(3)
revision Nr E Dtd 09/05/2024
part Piece Number:
iaw Reference Std Nr Mil-std-810h(1)
revision Nr H Dtd 05/18/2022
part Piece Number:
iaw Reference Std Nr Mil-std-2073-1e(4) Not 1
revision Nr E Dtd 06/27/2024
part Piece Number:
iaw Reference Drawing Nr 81361 Prf-ea-h-2247a-am4
revision Nr Dtd 03/04/2019
part Piece Number:
iaw Reference Drawing Nr 81361 5-1-4391-20
revision Nr Dtd 12/02/2024
part Piece Number:
iaw Reference Qap 14153 Sqap-fat3
revision Nr Dtd 06/15/2022
part Piece Number:
iaw Reference Qap 14153 Sqap-plt3
revision Nr Dtd 06/15/2022
part Piece Number:
iaw Reference Drawing Nr 81361 5-1-4391-20
revision Nr Dtd 11/26/2019
part Piece Number:
iaw Reference Qap 14153 Sqap-015482264
revision Nr Dtd 12/07/2024
part Piece Number:
pkging Data - Mil-std-2073-1e
qup:001 Pres Mthd:zz Clng/dry:z Presv Mat:zz
wrap Mat:zz Cush/dunn Mat:zz Cush/dunn Thkness:z
unit Cont:zz Opi:a
intrmdte Cont:zz Intrmdte Cont Qty:zz
pack Code:u
marking Shall Be In Accordance With Mil-std-129.
special Marking Code:00 -00 No Special Marking
palletization Shall Be In Accordance With Rp001: Dla Packaging
requirements For Procurement
place A Red X And The Words "short Box" On The Front Of Any Box That Has
a Short Quantity, Then Place That Box/boxes With The Markings Showing On
the Top Front Of The Pallet Load.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: 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|||
desired And Required Time Of Delivery (june 1997)|29|0001aa|9 Ea|548|0001ab|10 Ea|548 Days||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n/a
|n/a|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
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|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
first Article Approval--government Testing (sep 1989)|7|1|0001aa |200|receiving Officer Portsmouth Naval Shipyard, Building 240, Code 270.4(207-438-5898) Kittery Maine, 03904|30|x||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
progress Payments (nov 2021)|4|||||
list Of Award Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|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||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|13|336612|1000||||||||||||
type Of Contract (apr 1984)|1|firm Fixed Price|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
provision 252.204-7024 Is Hereby Removed From This Solicitation. This Is Not An Evaluation Factor For Award.
\
this Solicitation Requires First Article Testing
see Far 52.209-4 For More Details.
dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg.
any Contract Awarded As A Result Of This Solicitation Will Be"do" Rated Order Certified For National Defense Use Under The Defense Priorities Andallocations System (dpas).
if Drawings Are Included In The Solicitation, Access Needs To Berequested On The Individual Solicitation Page On Contractsopportunities On The Government's Sam Website. Afterrequesting Access, Send An Email To The Primary Poc Listed Onthe Solicitation.
this Requirement Requires Access To Noforn And/or Navalnuclear Propulsion Information. See Local Text Wsstermhz12for Further Information. If You Wish To Obtain A Copy Of Thedrawings, Please Download The Security Agreement Form Fromsam.gov And Email The Completed,
signed Form To Scott.r.youngblood2.civ@us.navy.mil.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 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=eb-2937 |96169| B|sp |d|0001 | B|49998|0568465
drawing Data=eb-2937 |96169| B|sp |d|0002 | B|49998|0262311
drawing Data=eb-2937 |96169| B|sp |d|0003 | B|49998|0457001
drawing Data=eb-2937 |96169| B|sp |d|0004 | B|49998|0494479
drawing Data=eb-2937 |96169| B|sp |d|0005 | B|49998|0557624
drawing Data=eb-2937 |96169| B|sp |d|0006 | B|49998|0572669
drawing Data=eb-2937 |96169| B|sp |d|0007 | B|49998|0588302
drawing Data=eb-2937 |96169| B|sp |d|0008 | B|49998|0487356
drawing Data=eb-2937 |96169| B|sp |d|0009 | B|49998|0641401
drawing Data=eb-2937 |96169| B|sp |d|0010 | B|49998|0609048
drawing Data=eb-2937 |96169| B|sp |d|0011 | B|49998|0332061
drawing Data=h261-0102d74 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h621-0102a01 |53711| A|er |d|0001 | A|49998|0037852
drawing Data=h621-0102a01 |53711| A|er |d|0002 | A|49998|0022265
drawing Data=h621-0102a01 |53711| A|er |d|0003 | A|49998|0045427
drawing Data=h621-0102a01 |53711| A|er |d|0004 | A|49998|0032629
drawing Data=h621-0102a01 |53711| A|er |d|0005 | A|49998|0033163
drawing Data=h621-0102a01 |53711| A|er |d|0006 | A|49998|0041453
drawing Data=h621-0102a01 |53711| A|er |d|0007 | A|49998|0122787
drawing Data=h621-0102a01 |53711| A|er |d|0008 | A|49998|0075868
drawing Data=h621-0102a02 |53711| A|er |d|0001 | A|49998|0038259
drawing Data=h621-0102a02 |53711| A|er |d|0002 | A|49998|0014346
drawing Data=h621-0102a02 |53711| A|er |d|0003 | A|49998|0053725
drawing Data=h621-0102a02 |53711| A|er |d|0004 | A|49998|0063527
drawing Data=h621-0102a02 |53711| A|er |d|0005 | A|49998|0064236
drawing Data=h621-0102a02 |53711| A|er |d|0006 | A|49998|0037645
drawing Data=h621-0102a02 |53711| A|er |d|0007 | A|49998|0036363
drawing Data=h621-0102a02 |53711| A|er |d|0008 | A|49998|0037448
drawing Data=h621-0102a02 |53711| A|er |d|0009 | A|49998|0039414
drawing Data=h621-0102a02 |53711| A|er |d|0010 | A|49998|0160700
drawing Data=h621-0102a02 |53711| A|er |d|0011 | A|49998|0134109
drawing Data=h621-0102a03 |53711| A|er |d|0001 | A|49998|0021078
drawing Data=h621-0102a03 |53711| A|er |d|0001.1 | A|49998|0019129
drawing Data=h621-0102a03 |53711| A|er |d|0001.2 | A|49998|0025775
drawing Data=h621-0102a03 |53711| A|er |d|0001.3 | A|49998|0039912
drawing Data=h621-0102a03 |53711| A|er |d|0001.4 | A|49998|0026761
drawing Data=h621-0102a03 |53711| A|er |d|0002 | A|49998|0057736
drawing Data=h621-0102a03 |53711| A|er |d|0003 | A|49998|0069402
drawing Data=h621-0102a03 |53711| A|er |d|0004 | A|49998|0052923
drawing Data=h621-0102a03 |53711| A|er |d|0005 | A|49998|0044205
drawing Data=h621-0102a03 |53711| A|er |d|0006 | A|49998|0053927
drawing Data=h621-0102a03 |53711| A|er |d|0007 | A|49998|0039873
drawing Data=h621-0102a03 |53711| A|er |d|0008 | A|49998|0047671
drawing Data=h621-0102a03 |53711| A|er |d|0009 | A|49998|0042694
drawing Data=h621-0102a03 |53711| A|er |d|0010 | A|49998|0039885
drawing Data=h621-0102a03 |53711| A|er |d|0011 | A|49998|0044703
drawing Data=h621-0102a03 |53711| A|er |d|0012 | A|49998|0042919
drawing Data=h621-0102a03 |53711| A|er |d|0013 | A|49998|0037692
drawing Data=h621-0102a03 |53711| A|er |d|0014 | A|49998|0039760
drawing Data=h621-0102a03 |53711| A|er |d|0015 | A|49998|0041011
drawing Data=h621-0102a03 |53711| A|er |d|0016 | A|49998|0048557
drawing Data=h621-0102a03 |53711| A|er |d|0017 | A|49998|0014830
drawing Data=h621-0102a03 |53711| A|er |d|0018 | A|49998|0013294
drawing Data=h621-0102a03 |53711| A|er |d|0019 | A|49998|0166561
drawing Data=h621-0102a03 |53711| A|er |d|0020 | A|49998|0139744
drawing Data=h621-0102a03 |53711| A|er |d|0021 | A|49998|0189793
drawing Data=h621-0102a03 |53711| A|er |d|0022 | A|49998|0139891
drawing Data=h621-0102a03 |53711| A|er |d|0023 | A|49998|0121265
drawing Data=h621-0102a03 |53711| A|er |d|0024 | A|49998|0105221
drawing Data=h621-0102a03 |53711| A|er |d|0025 | A|49998|0114189
drawing Data=h621-0102a03 |53711| A|er |d|0026 | A|49998|0198610
drawing Data=h621-0102a03 |53711| A|er |d|0027 | A|49998|0115665
drawing Data=h621-0102a03 |53711| A|er |d|0028 | A|49998|0083415
drawing Data=h621-0102a05 |53711| A|er |d|0001 | A|49998|0034604
drawing Data=h621-0102a05 |53711| A|er |d|0001.1 | A|49998|0012203
drawing Data=h621-0102a05 |53711| A|er |d|0002 | A|49998|0064744
drawing Data=h621-0102a05 |53711| A|er |d|0003 | A|49998|0127671
drawing Data=h621-0102a108 |53711| A|er |d|0001 | A|49998|0918547
drawing Data=h621-0102a11 |53711| A|er |d|0001 | A|49998|0043094
drawing Data=h621-0102a11 |53711| A|er |d|0001.1 | A|49998|0018658
drawing Data=h621-0102a11 |53711| A|er |d|0002 | A|49998|0060012
drawing Data=h621-0102a11 |53711| A|er |d|0003 | A|49998|0035375
drawing Data=h621-0102a11 |53711| A|er |d|0004 | A|49998|0055587
drawing Data=h621-0102a11 |53711| A|er |d|0005 | A|49998|0037265
drawing Data=h621-0102a11 |53711| A|er |d|0006 | A|49998|0039785
drawing Data=h621-0102a11 |53711| A|er |d|0007 | A|49998|0041585
drawing Data=h621-0102a11 |53711| A|er |d|0008 | A|49998|0036148
drawing Data=h621-0102a11 |53711| A|er |d|0009 | A|49998|0208132
drawing Data=h621-0102a121 |53711| A|er |d|0001 | A|49998|0709114
drawing Data=h621-0102a125 |53711| A|er |d|0001 | A|49998|0435504
drawing Data=h621-0102a168 |53711| A|er |d|0001 | A|49998|1501235
drawing Data=h621-0102a17 |53711| A|er |d|0001 | A|49998|0037341
drawing Data=h621-0102a17 |53711| A|er |d|0001.1 | A|49998|0019205
drawing Data=h621-0102a17 |53711| A|er |d|0002 | A|49998|0066302
drawing Data=h621-0102a17 |53711| A|er |d|0003 | A|49998|0062923
drawing Data=h621-0102a17 |53711| A|er |d|0004 | A|49998|0126037
drawing Data=h621-0102a188 |53711| A|er |d|0001 | |49998|1432274
drawing Data=h621-0102a22 |53711| C|er |d|0001 | |49998|0855198
drawing Data=h621-0102a22 |53711| C|er |d|0001.1 | B|49998|0028535
drawing Data=h621-0102a22 |53711| C|er |d|0001.2 | B|49998|0033887
drawing Data=h621-0102a22 |53711| C|er |d|0001.3 | B|49998|0012002
drawing Data=h621-0102a22 |53711| C|er |d|0002 | B|49998|0077551
drawing Data=h621-0102a22 |53711| C|er |d|0003 | B|49998|0038816
drawing Data=h621-0102a22 |53711| C|er |d|0004 | B|49998|0120742
drawing Data=h621-0102a22 |53711| C|er |d|0005 | B|49998|0068506
drawing Data=h621-0102a22 |53711| C|er |d|0006 | B|49998|0120902
drawing Data=h621-0102a39 |53711| A|er |d|0001 | A|49998|0043492
drawing Data=h621-0102a39 |53711| A|er |d|0001.1 | A|49998|0033724
drawing Data=h621-0102a39 |53711| A|er |d|0002 | A|49998|0062801
drawing Data=h621-0102a39 |53711| A|er |d|0003 | A|49998|0071199
drawing Data=h621-0102a48 |53711| B|er |d|0001 | B|49998|0037377
drawing Data=h621-0102a48 |53711| B|er |d|0001.1 | B|49998|0024643
drawing Data=h621-0102a48 |53711| B|er |d|0001.2 | B|49998|0022539
drawing Data=h621-0102a48 |53711| B|er |d|0001.3 | B|49998|0027931
drawing Data=h621-0102a48 |53711| B|er |d|0001.4 | B|49998|0036544
drawing Data=h621-0102a48 |53711| B|er |d|0002 | B|49998|0071446
drawing Data=h621-0102a48 |53711| B|er |d|0003 | B|49998|0035428
drawing Data=h621-0102a48 |53711| B|er |d|0004 | B|49998|0039985
drawing Data=h621-0102a50 |53711| A|er |d|0001 | A|49998|0041731
drawing Data=h621-0102a50 |53711| A|er |d|0001.1 | A|49998|0029231
drawing Data=h621-0102a50 |53711| A|er |d|0001.2 | A|49998|0036383
drawing Data=h621-0102a50 |53711| A|er |d|0002 | A|49998|0054429
drawing Data=h621-0102a50 |53711| A|er |d|0003 | A|49998|0030654
drawing Data=h621-0102a50 |53711| A|er |d|0004 | A|49998|0061856
drawing Data=h621-0102a50 |53711| A|er |d|0005 | A|49998|0057108
drawing Data=h621-0102a50 |53711| A|er |d|0006 | A|49998|0056135
drawing Data=h621-0102a50 |53711| A|er |d|0007 | A|49998|0060035
drawing Data=h621-0102a50 |53711| A|er |d|0008 | A|49998|0059823
drawing Data=h621-0102a50 |53711| A|er |d|0009 | A|49998|0023352
drawing Data=h621-0102a50 |53711| A|er |d|0010 | A|49998|0040524
drawing Data=h621-0102a50 |53711| A|er |d|0011 | A|49998|0051452
drawing Data=h621-0102a50 |53711| A|er |d|0012 | A|49998|0057922
drawing Data=h621-0102a50 |53711| A|er |d|0013 | A|49998|0022848
drawing Data=h621-0102a50 |53711| A|er |d|0014 | A|49998|0035871
drawing Data=h621-0102a50 |53711| A|er |d|0015 | A|49998|0038701
drawing Data=h621-0102a50 |53711| A|er |d|0016 | A|49998|0028302
drawing Data=h621-0102a50 |53711| A|er |d|0017 | A|49998|0088297
drawing Data=h621-0102a50 |53711| A|er |d|0018 | A|49998|0155682
drawing Data=h621-0102a50 |53711| A|er |d|0019 | A|49998|0124972
drawing Data=h621-0102a50 |53711| A|er |d|0020 | A|49998|0118121
drawing Data=h621-0102a50 |53711| A|er |d|0021 | A|49998|0077344
drawing Data=h621-0102a50 |53711| A|er |d|0022 | A|49998|0128466
drawing Data=h621-0102a51 |53711| A|er |d|0001 | A|49998|0040110
drawing Data=h621-0102a51 |53711| A|er |d|0001.1 | A|49998|0027168
drawing Data=h621-0102a51 |53711| A|er |d|0002 | A|49998|0060056
drawing Data=h621-0102a51 |53711| A|er |d|0003 | A|49998|0061789
drawing Data=h621-0102a52 |53711| A|er |d|0001 | A|49998|0039953
drawing Data=h621-0102a52 |53711| A|er |d|0001.1 | A|49998|0032355
drawing Data=h621-0102a52 |53711| A|er |d|0002 | A|49998|0062662
drawing Data=h621-0102a52 |53711| A|er |d|0003 | A|49998|0037395
drawing Data=h621-0102a52 |53711| A|er |d|0004 | A|49998|0035793
drawing Data=h621-0102a57 |53711| A|er |d|0001 | A|49998|0168427
drawing Data=h621-0102a71 |53711| A|er |d|0001 | A|49998|0169469
drawing Data=h621-0102a99 |53711| B|er |d|0001 | B|49998|5824730
drawing Data=h775-1512a1 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a10 |53711| A|er |d|0001 | |49998|1565029
drawing Data=h775-1512a2 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a3 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a4 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a5 |53711| A|er |d|0001 | |49998|0228403
drawing Data=h775-1512a6 |53711| A|er |d|0001 | |49998|0063013
drawing Data=h775-1512a7 |53711| A|er |d|0001 | |49998|0176895
drawing Data=h775-1512a8 |53711| A|er |d|0001 | |49998|0271962
drawing Data=h775-1512a9 |53711| A|er |d|0001 | |49998|0335202
drawing Data=6984052 |53711| D| |d|0001 | D|00026|0000000
drawing Data=6985426 |53711| A| |d|0000.a | A|49998|0035751
drawing Data=6985426 |53711| A| |d|0001 | A|49998|0074079
drawing Data=6985426 |53711| A| |d|0002 | A|49998|0062500
drawing Data=6985426 |53711| A| |d|0003 | A|49998|0008982
drawing Data=6985426 |53711| A| |d|0004 | A|49998|0010717
drawing Data=6985426 |53711| A| |d|0005 | A|49998|0030344
drawing Data=6985426 |53711| A| |d|0006.1 | A|49998|0061541
drawing Data=6985426 |53711| A| |d|0006.10 | A|49998|0022748
drawing Data=6985426 |53711| A| |d|0006.2 | A|49998|0061465
drawing Data=6985426 |53711| A| |d|0006.3 | A|49998|0055809
drawing Data=6985426 |53711| A| |d|0006.4 | A|49998|0059727
drawing Data=6985426 |53711| A| |d|0006.5 | A|49998|0059513
drawing Data=6985426 |53711| A| |d|0006.6 | A|49998|0023040
drawing Data=6985426 |53711| A| |d|0006.7 | A|49998|0040218
drawing Data=6985426 |53711| A| |d|0006.8 | A|49998|0051132
drawing Data=6985426 |53711| A| |d|0006.9 | A|49998|0057425
drawing Data=6985426 |53711| A| |d|0007.1 | A|49998|0024885
drawing Data=6985426 |53711| A| |d|0007.10 | A|49998|0037342
drawing Data=6985426 |53711| A| |d|0007.11 | A|49998|0032807
drawing Data=6985426 |53711| A| |d|0007.12 | A|49998|0037061
drawing Data=6985426 |53711| A| |d|0007.13 | A|49998|0036308
drawing Data=6985426 |53711| A| |d|0007.14 | A|49998|0040683
drawing Data=6985426 |53711| A| |d|0007.15 | A|49998|0028030
drawing Data=6985426 |53711| A| |d|0007.2 | A|49998|0038133
drawing Data=6985426 |53711| A| |d|0007.3 | A|49998|0037181
drawing Data=6985426 |53711| A| |d|0007.4 | A|49998|0035304
drawing Data=6985426 |53711| A| |d|0007.5 | A|49998|0035595
drawing Data=6985426 |53711| A| |d|0007.6 | A|49998|0035487
drawing Data=6985426 |53711| A| |d|0007.7 | A|49998|0032536
drawing Data=6985426 |53711| A| |d|0007.8 | A|49998|0038400
drawing Data=6985426 |53711| A| |d|0007.9 | A|49998|0042559
drawing Data=6985426 |53711| A| |d|0008.1 | A|49998|0029133
drawing Data=6985426 |53711| A| |d|0008.2 | A|49998|0046621
drawing Data=6985426 |53711| A| |d|0008.3 | A|49998|0014013
drawing Data=6985426 |53711| A| |d|0008.4 | A|49998|0012670
drawing Data=6985426 |53711| A| |d|0009 | A|49998|0088388
drawing Data=6985426 |53711| A| |d|0010 | A|49998|0157697
drawing Data=6985426 |53711| A| |d|0011 | A|49998|0138726
drawing Data=6985426 |53711| A| |d|0012 | A|49998|0189061
drawing Data=6985426 |53711| A| |d|0013 | A|49998|0134718
drawing Data=6985426 |53711| A| |d|0014 | A|49998|0123397
drawing Data=6985426 |53711| A| |d|0015 | A|49998|0118040
drawing Data=6985426 |53711| A| |d|0016 | A|49998|0113699
drawing Data=6985426 |53711| A| |d|0017 | A|49998|0118200
drawing Data=6985426 |53711| A| |d|0018 | A|49998|0071113
drawing Data=6985426 |53711| A| |d|0019 | A|49998|0068598
drawing Data=6985426 |53711| A| |d|0020 | A|49998|0116804
drawing Data=6985426 |53711| A| |d|0021 | A|49998|0075838
drawing Data=6985426 |53711| A| |d|0022 | A|49998|0097724
drawing Data=6985426 |53711| A| |d|0023 | A|49998|0069126
drawing Data=6985426 |53711| A| |d|0024 | A|49998|0155576
drawing Data=6985426 |53711| A| |d|0025 | A|49998|0143738
drawing Data=6985426 |53711| A| |d|0026 | A|49998|0127085
drawing Data=6985426 |53711| A| |d|0027 | A|49998|0123826
drawing Data=6985426 |53711| A| |d|0028 | A|49998|0109249
drawing Data=6985426 |53711| A| |d|0029 | A|49998|0121330
drawing Data=6985426 |53711| A| |d|0030 | A|49998|0087896
drawing Data=6985426 |53711| A| |d|0031 | A|49998|0124616
drawing Data=6985426 |53711| A| |d|0032 | A|49998|0234515
drawing Data=6985426 |53711| A| |d|0033 | A|49998|0126707
drawing Data=6985426 |53711| A| |d|0034 | A|49998|0128215
drawing Data=6985426 |53711| A| |d|0035 | A|49998|0072619
drawing Data=6985426 |53711| A| |d|0036 | A|49998|0076247
drawing Data=7069152 |53711| A| |d|0001 | A|49998|2185285
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-b150 | | | |190401|a| | |
document Ref Data=astm-a193 | | | |200515|a| | |
document Ref Data=astm-b209 | | | |070801|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=astm-b564 | | | |191101|a| | |
document Ref Data=astm-a574 | | | |120401|a| | |
document Ref Data=astm-f606 | | | |191115|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=astm-e1417 | | | |160615|a| | |
document Ref Data=astm-e1444 | | | |160601|a| | |
document Ref Data=asme-b18.3 | | | |120101|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=astm-d4066 | | | |130701|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-dtl-18240 | | |f |000313|a| 1| |
document Ref Data=qpl 25027 | | |17 |000207|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-qq-a-200 | | |a |980901|a| | |
document Ref Data=sae Ams-qq-a-200 |0008| |a |150501|a| | |
document Ref Data=sae Ams-qq-a-250 |0011| | |970801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=aia/nas Nasm 17828 | | |1 |130430|a| | |
document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | |
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| | |
document Ref Data=t9074-bd-gib-010/0300 | | |2 |121218|a| | |
3. Requirements
3.1 ;desurger Assembly Fwd To Be In Accordance With Naval Sea System Command Drawing 6985426 Part A3 And All Eb Ers Invoked In This Contract, 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 - ;head Desurger, Part 3-1;
material - ;t9074-bd-gib-010/0300, Grade Hy-80, Forged, Appendix E;
part - ;tailpiece Fwd Part 3-2;
material - ;sae Ams-qq-s-763, Cl 304, Cond A;
part - ;bushing Part 6-1;
material - ;astm-b150 Uns C63200, Tq50 Or Tq55;
part - ;barrel Part 22;
material - ;astm-b564 Forged, Uns N06625, Condition Annealed And Meeting The Mechanical Properties Of General Note 7006. Chrome Plated In Accordance With General Note 7021;
part - ;piston Part 23;
material - ;sae Ams-qq-a-250/11, Alloy 6061, Temper T651 Or Astm B209, Alloy 6061, Temper T651. Anodized In Accordance With General Note 2221;
part - ;rod Tie Part 24;
material - ;astm-a193 Grade B7;
part - ;rod Piston Part 25;
material - ;sae-ams- Qq-a-200/8 Alloy 6061, Temper T6 Anodized In Accordance With General Note 2221 And Plated In Accordance With General Note 7202;
part - ;nut, Self-locking Part 78;
material - Qq-n-281, Class A Annealed (hot Finished Or Cold Drawn) Or Class B Cold Drawn. All Material Must Be From The Same Class.
self-locking Element- Astm-d4066, Group 01, Class 1 Or 2, Grade 1
part - ;self Locking Cap Screw, Part 79;
material - ;mil-dtl-1222, Type Ii, Qq-n-286, Solution Annealed And Age Hardened And Marked .k. Self-locking Element To Be In Accordance With Mil-dtl-18240. Cross Drill 2 Holes Iaw Ansi-b18.3;
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 Is Still Required, But Certifications Are Only Required As Listed Below.
test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer)
item - Weldments
performance - T9074-as-gib-010/271
acceptance - Mil-std-2035
test - Visual And Dye Penetrant Inspection (final Layer)
item - Weldments
performance - T9074-as-gib-010/271
acceptance - Mil-std-2035
test - ;ultrasonic Inspection;
item - ;bushing Part 6-1(with A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material);
performance - ;t9074-as-gib-010/271;
acceptance - ;general Note 125 Of Drawing 6985426;
test - ;ultrasonic Inspection;
item - ;barrel Part 22 (starting Material);
performance - ;eb-2937, Paragraph 4.5.4;
acceptance - ;eb-2937, Paragraph 4.5.4;
test - ;ultrasonic Inspection;
item - ;hy-80 Forged Material;
performance - ;t9074-bd-gib-010/300 Appendix E;
acceptance - ;t9074-bd-gib-010/300 Appendix E;
test - ;magnetic Particle Inspection;
item - ;hy-80 Forged Material;
performance - ;t9074-bd-gib-010/300 Appendix E;
acceptance - ;t9074-bd-gib-010/300 Appendix E;
test - Quality Conformance/compliance Inspection
item - ;hy-80 Starting Material;
performance - ;t9074-bd-gib-010/300, Appendix E;
acceptance - ;t9074-bd-gib-010/300, Appendix E;
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;tailpiece, Part 3-2;
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
test - ;liquid Penetrant Inspection;
item - ;rod Tie Part 24;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
test - ;dye Penetrant Inspection For Non-magnetic Grades;
item - ;nut Self Locking Part 78;
performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444
(method C Solvent Removal Techniques Must Not Be Used On Thread)
acceptance - ;nasm25027;
test - Quality Conformance Tests
item - Self-locking Nuts
performance - ;nasm25027;
acceptance - ;nasm25027;
attribute - Certificate Of Completion
item - Self-locking Nut Nonmetallic Insert
performance - ;astm-d4066, Group 01, Class 1, Grade 1;
attribute - Certificate Of Compliance
item - Self-locking Nuts
performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex
self-locking Nuts.
test - ;liquid Penetrant Inspection;
item - ;screw Cap Self Locking Part 79;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
attribute - Annealing And Age Hardening
item - ;screw Cap Self Locking Part 79;
performance - Qq-n-286
test - ;hydrostatic Test;
item - ;each Assembly;
performance - ;note 7400 Of Drawing 6985426;
acceptance - ;note 7400 Of Drawing 6985426;
3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In
this Contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes.
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 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286.
3.6.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The
annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286.
3.6.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be
cut Or Ground Only.
3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.8 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be
performed On A Full Size Fastener.)
3.8.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222.
3.8.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order.
3.9 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories:
huntington Alloys, A Special Metals Company
attn: Bill Bolenr
3200 Riverside Drive
huntington, Wv 257059
phone: (304) 526-5889
fax: (304) 526-5973
metallurgical Consultants, Inc.
attn: W. M. Buehler
4820 Caroline
po Box 88046
houston, Tx 77288-0046
phone: (713) 526-6351
fax: (713) 526-2964
naval Surface Warfare Center, Carderock Division
attn: Eric Focht Code 614
9500 Macarthur Blvd
west Bethesda, Md 20817-5700
phone: (301) 227-5032
fax: (301) 227-5576
teledyne Allvac
attn: Dr. W. D. Cao
2020 Ashcraft Ave.
monroe, Nc 28110
phone: (704) 289-4511
fax: (704) 289-4269
westmoreland Mechanical Testing And Research Inc.
attn: Andrew Wisniewski
p.o. Box 388
youngstown, Pa 15696-0388
mannesmann Rohrenwerke
mannesmann Forschungsinstitut (mfi)
attn: Dr. Weiss
postfach 251160
47251 Duisburg
germany
phone: 011-49-0203-9993194
fax: 011-49-0203-9994415
thyssenkrupp Vdm Usa, Inc.
attn: D. C. Agarwal
11210 Steeplecrest Drive, Suite 120
houston, Tx 77065-4939
phone: (281) 955-6683
3.10 Certification Is Required For The Following As Identified Further Below:
- Process Control Plan
- Qualification Plan
- Qualification Testing (first Article)
all Manufacturing Facilities Which Have Been Approved To An Earlier Revision Of This Specification Are Required To Meet The Recertification Requirements Of T9074-bd-gib-010/0300 Revision 2. An Updated Process Control Plan Incorporating Any Changes Necessary To
meet The Requirements Of T9074-bd-gib-010/0300 Revision 2 Must Be Submitted.
re-certification Of The First Article Approval Of Vendor Facilities, Processes, And Manufacturing Methods Is Required Every 5 Years And Must Meet All The Requirements Of T9074-bd-gib-010/0300. The Certification Must Be Current At The Delivery Date Of Procured
products.
3.10.1 Qualification Testing (first Article Inspection) - See Di-ndti-80809 (first Article Test Report) - Certification Is Required For The Following Test On The Items Listed Below:
test - First Article Inspection
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
acceptance - T9074-bd-gib-010/0300
previous Fat Approvals That Were Based Upon Previous Specifications Are Not Valid For Meeting The Requirements Of T9074-bd-gib-010/0300 Revision 2, Unless Otherwise Approved By Navsea.
the Contractor May Request The Fat Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval, Provided It Meets The Requirements Of This Contract/purchase Order.
3.10.2 Process Control Plan - See Di-ndti-80809 (process Control Plan) - Certification Is Required For The Following Attribute On The Items Listed Below:
attribute - Process Control Plan
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
the Pcp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Pcp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval.
3.10.3 Qualification Plan - See Di-ndti-80809 (qualification Plan) - Certification Is Required For The Following Attribute On The Items Listed Below:
attribute - Qualification Plan
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
the Qp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Qp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval.
3.11 ;see Cdrl Di-forg-80412 (forging Manufacturing Sketches) Forging Sketches Are Required For The Head Desurger, Part 3-1, Per T9074-bd-gib-010-0300, Appendix E.;
3.12 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate
fasteners From Those Required For The Yield Test.
3.12.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1.
3.12.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used.
a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge.
b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge.
c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows:
sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge
d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable.
3.12.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet
the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same
manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot.
3.13 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.
3.13.1 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.
3.13.2 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.
3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.14 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia,
The Mechanical Properties Of Hex Bar Apply.
3.15 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, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures
qualified Under S9074-aq-gib-010/248 For All Production And Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.16 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.
3.17 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.
3.17.1 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.
3.17.2 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/
3.17.3 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.
3.18 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.
3.19 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.
3.19.1 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 ^
3.20 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.
3.21 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Hex Nuts Must Be Marked In Accordance With Nasm 17828. Nasm 17828 Nuts Must Be Marked On The Wrenching Surface With The Manufacturer's
identification Symbol, Material Symbol And Heat/lot Traceability Code; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked
by Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective
compounds.
3.21.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side
location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed
by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.22 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.
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 Made To T9074-bd-gib-010/0300, 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. The Revision Of The Process Control Plan Used And The Date Of Most Recent First Article Approval Or Recertification.
5. Actual Data Of Specified Chemical And Mechanical Tests And A Record Of The Final Heat Treatment (if Applicable).
6. Qualitative Results Of Nondestructive Tests And Other Inspections Or Tests.
7. The Melt Processes Used And The Melting Source Of The Material If The Contractor Is Not The Melter.
8. A Statement That Each Lot Has Been Sampled, Tested, And Inspected In Accordance With The Specification Requirements And That The Manufacturer Has Maintained Adequate Manufacturing Procedures Demonstrated In First Article Testing As Listed And Maintained As
specified In Paragraph 4.3.2 Of T9074-bd-gib-010/0300 And Quality Assurance Practices To Produce A Product That Meets The Chemical And Mechanical Property Requirements Specified Throughout The Product.
9. A Statement That Each Lot Meets All Specification Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.24 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In
addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.24.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.24.2 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 Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. 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.")
3.24.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.24.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.24.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.24.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.24.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.24.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.24.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.24.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.24.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.24.12 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.
3.25 See Cdrls Di-misc-80875 (brazing Procedures) And Di-misc-80876 (braze Proc Qual Data) - Prior To Performing Any Brazing, The Applicable Brazing Procedure Qualification Data Must Be Submitted. Brazing Procedures Must Be Submitted For Information With
the Supporting Procedure Qualification Data. Brazing Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. If The Contractor's Qualification Data Has Previously Been Approved By The Navy
for This Or Other Contracts, A Copy Of The Original Approval Letter Must Besubmitted In Lieu Of The Qualification Data. (note: Letters Extendingapproval Of Qualification Data Based On Previous Approvals Are Not Acceptableto Fulfill This Requirement. The
approval Letter Must Reference The Applicable Brazing Procedure And/or Brazing Procedure Qualification Data Number.)
3.26 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.
3.26.1 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.
3.26.2 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.
3.26.3 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.
3.26.4 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.
3.26.5 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.
3.27 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.
3.27.1 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.
3.27.2 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.
3.28 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactur
Closing Date13 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Others
United States
Details: Sources Sought Announcement
title: Laboratory Casework System
id: Ss-niaid-25-2250915
post Date: January 7, 2025
response Date: January 17, 2025
naics: 337127
introduction
this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement.
background, Purpose, Objectives
the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease.
the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml.
the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs.
the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency.
the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts.
description Of Need: See Attachment
project Requirements
successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications:
cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture
materials
a. General Requirements:
it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment.
b. Steel:
1. Cold Rolled Steel:
Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller
Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or
Other Injurious Effects.
c. Hardware And Trim:
1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall
Construction
a. Steel Cabinet Construction:
1. General:
A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With
The Best Practices Of The Sefa 8 Industry Standards.
B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time
Without Requiring Field Application Of Finished Ends Or Other Such Parts.
2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As
Follows:
A. Leveling Bolt Reinforcements 12 Gauge.
B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And
Reinforcement Gussets, 16 Gauge.
C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And
Adjustable Shelves, 20 Gauge.
b. Base Cabinets:
1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less
Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation.
c. Special Purpose Storage Cabinets:
1. Acid Storage Fume Hood Cabinets:
Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction
Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece
Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards.
2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The
Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The
Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm
Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge
Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels.
The Cabinet Shall Be Labeled: "flammable Keep Fire Away".
3. Vacuum Pump Cabinets:
Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet
Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To
The Fume Hood Above.
d. Upper Cabinet Construction:
1. Upper Cabinets Shall Meet The Sefa 8 Standards.
2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be
3/4" Thick And Contains Sound Deadening Material.
3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The
Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent
Accidental Removal Of Doors.
4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges.
5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards.
e. Steel Full Height Cabinet Construction:
1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior.
2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For
Electro-welding Cabinet Top To Cabinet Back And Ends.
3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled
After Painting And Comply With Sefa 8 Standards.
4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges.
performance Requirements
a. Steel Casework Construction Performance:
1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200
Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without
Objectionable Distortion Of Interference With Door And Drawer Operation.
b. Steel Paint System Finish And Performance Specification:
1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts
Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint
Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of
Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test
Requirements Specified Under Performance Test Results.
2. Performance Test Results:
The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For
Chemical Spot Tests;
The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat
Resistance;
The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For
Impact Resistance;
The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To
Sefa 8 Standard For The Bending Test;
The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For
Adhesion Of Organic Coatings";
The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness
Test.
work Surfaces
tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards.
the Contractor Shall Provide:
1. Delivery And Installation Services To Ensure Proper Placement And Integration With
Existing Infrastructure.
2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And
Technical Support During Normal Business Hours.
3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework
Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of
Nih Laboratories.
the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement.
delivery /installation Location:
hamilton, Mt 59840
capability Statement/information Sought
all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”.
if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement.
capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement.
submission Instructions
interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government.
disclaimer And Important Notes
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality
no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date17 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n7m2.6|bwk|717-605-4243|eric.b.miller60.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|navsup Wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|365 Days|
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|||||||||||||
small Business Program Representations (feb 2024)|4|||||
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 (jan 2025)|13|332919|750 Emp||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule.
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor?s Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required.
- Unit Price:__________ Firm
- Total Price:__________ Firm
- Procurement Turnaround Time (ptat) :__________
- Awardee Cage: __________
- Inspection & Acceptance Cage, If Not At Source:__________
- Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,safety Relief , Part Of The ;mk-91 Mod-3 (gmfcs) Nato; .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=2080073 |10001| B| |d|0001 | B|49998|0076931
drawing Data=2080075 |10001| B| |d|0001 | B|49998|0090312
drawing Data=2080076 |10001| B| |d|0001 | B|49998|0071424
drawing Data=2468746 |10001| C| |d|0001 | C|49998|0037851
drawing Data=2468746 |10001| C| |d|0002 | C|49998|0033878
drawing Data=2468746 |10001| C| |d|0003 | C|49998|0029327
drawing Data=2468746 |10001| C| |d|0004 | C|49998|0016497
drawing Data=2888335 |10001| B| |d|0001 | B|49998|0073910
drawing Data=2888335 |10001| B|pl |d|0001 | B|49998|0025126
drawing Data=2888337 |10001| H| |f|0001 | H|49998|0086894
drawing Data=2888338 |10001| D| |d|0001 | D|49998|0090955
drawing Data=2888339 |10001| B| |d|0001 | B|49998|0077327
drawing Data=2888343 |10001| B| |d|0001 | B|49998|0077923
drawing Data=2888350 |10001| D| |d|0001 | D|49998|0089213
drawing Data=2888350 |10001| D|pl |d|0001 | D|49998|0031890
drawing Data=2888350 |10001| 1|qp |d|0000.cov | 1|49998|0025404
drawing Data=2888350 |10001| 1|qp |d|0000.i | -|49998|0018616
drawing Data=2888350 |10001| 1|qp |d|0000.ii | 1|49998|0012645
drawing Data=2888350 |10001| 1|qp |d|0000.iii | -|49998|0009629
drawing Data=2888350 |10001| 1|qp |d|0000.iv | -|49998|0015547
drawing Data=2888350 |10001| 1|qp |d|0001 | 1|49998|0025390
drawing Data=2888350 |10001| 1|qp |d|0002 | -|49998|0025596
drawing Data=2888350 |10001| 1|qp |d|0003 | -|49998|0028083
drawing Data=2888350 |10001| 1|qp |d|0004 | 1|49998|0021344
drawing Data=2888350 |10001| 1|qp |d|0005 | 1|49998|0022532
drawing Data=2888350 |10001| 1|qp |d|0006 | -|49998|0022042
drawing Data=2888350 |10001| 1|qp |d|0007 | -|49998|0008224
drawing Data=2888476 |10001| A| |d|0001 | A|49998|0046586
drawing Data=2889758 |10001| A| |d|0001 | A|00000|0000000
document Ref Data=mil-std-105 | | |e |950227|a| | |
document Ref Data=mil-f-14072 | | |d |901004|a| | |
document Ref Data=ms33649 | | |c |840802|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=astm-e1119 | | | |860725|a| | |
document Ref Data=astm-d1193 | | | |910915|a| | |
document Ref Data=mil-std-13231 | | | |991102|a| | |
document Ref Data=astm-b139/b139m | | | |900223|a| | |
document Ref Data=nasm20995 | | | |980430|a| | |
document Ref Data=astm-a240/a240m | | | |940815|a| | |
document Ref Data=sae-as28778 | | | |010301|a| | |
document Ref Data=astm-a313/a313m | | | |921015|a| | |
document Ref Data=nasm33540 | | | |980630|a| | |
document Ref Data=asme-b46.1 | | |85 |851205|a| | |
document Ref Data=astm-a484/a484m | | | |920815|a| | |
document Ref Data=sae-as5169 | | | |990928|a| | |
document Ref Data=ansi-z540.1 | | | |940727|a| | |
document Ref Data=astm-a580/a580m | | | |930215|a| | |
document Ref Data=astm-a582/a582m | | | |930316|a| | |
document Ref Data=di-ndti-80603 | | | |880601|a| | |
document Ref Data=di-ndti-80809 | | |b |970124|a| | |
document Ref Data=astm-a967 | | | |970331|a| | |
document Ref Data=mil-std-973 | | | |950113|a| |03|
document Change Data=an814 |sae-as5169
document Change Data=iso8402 |iso9000
document Change Data=iso9002 |iso9001
document Change Data=mil-c-45662 |ansi-z540.1
document Change Data=mil-e-9500 |astm-e1119
document Change Data=mil-m-13231 |mil-std-13231
document Change Data=mil-std-10 |asme-b46.1
document Change Data=mil-std-109 |iso8402
document Change Data=ms20995 |nasm20995
document Change Data=ms27778 |sae-as28778
document Change Data=ms29512 |sae-as29512
document Change Data=ms33540 |nasm33540
document Change Data=qq-b-750 |astm-b139
document Change Data=qq-c-390 |uns92200
document Change Data=qq-p-35 |astm-a967
document Change Data=qq-s-764 |astm-a582 & A484
document Change Data=qq-s-766 |astm-a240 Uns30400
document Change Data=qq-w-423 |astm-a313 & A580
document Change Data=2468655-1(10001) |2468746(10001)
3. Requirements
3.1 Manufacturing And Design - The Valve,safety Relief Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;0n Drawing 2888350 Cage 10001/w Associated Drawings And Specs; .
3.2 Cage Code/reference Number Items - The Valve,safety Relief Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;4j831 2888350
71905 2888350;
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.4 First Article Test Procedures Are Required And Must Be Approved Prior To Any First Article Testing.
3.5 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required.
3.6 Production Lot Test Procedures Are Required.
3.7 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required.
3.8 Configuration Control In Accordance With Mil-std-973 Short Form Procedures - The Requirements Of Mil-std-973 Are Hereby Invoked In The Contract/purchase Order. The Tailoring Notes Stated In The Order Cited In Paragraph 6.2.1.3 Are Stated Below:
A. Considered, Tailoring Implemented
B. Automated Processing And Submittal Is Not Required.
Interactive Access To Digital Data Is Not Required.
C. Configuration Audits Are Not Required.
D. Contractor's Configuration Management Plan Is Not Requried.
E. Configuration Terminology Development Documentation Is Required.
F. Only Paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 Are Required.
G. Fcd Is Not Required.
H. Acd And Pcd Is Not Required.
I. Not Applicable (na) To This Contract/purchase Order.
J. Na To This Contract/purchase Order.
K. Na To This Contract/purchase Order.
L. Paragraph 5.3.6 With The Exception Of Paragraph 5.3.6.5 And
5.3.6.7.1 Are Required.
M. Paragraph 5.3.6.6 And 5.3.6.6.2 Are Required.
N. Paragraph 5.3.6.6.1 Is Not Required Unless Specifically Cited
Elsewhere In Section "c" Of This Contract/purchase Order.
O. The Marking Requirement Is Stated Elsewhere In Section "c" Of This
Contract/purchase Order.
P. Interface Requirements Are As Specified On The Drawings Provided
With This Contract/purchase Order Or The Primary Equipment
Performance Mil-spec Or Std Cited In Section "c" Of This
Contract/purchase Order.
Q. Na To This Contract/purchase Order.
R. All Class I Changes To Either A Government Owned Configuration
Identification (ci) Or Baseline Configuration Shall Be Submitted To
The Procurement Contracting Officer For Review And Subsequent
Approval - Conditional Approval Or Disapproval. Ndi, Cots, And Pdi
Items Previously Accepted By The Government Shall Be Submitted As
Above. This Process Does Not Excuse The Contractor From Initially
Offering To The Government An Item Which Meets The Minimum
Technical And Operational Requirements Set Forth In This Contract/
Purchase Order.
S. Preliminary Change Notices And Advance Change Study Notices Are Not
Required.
T. Na To This Contract/purchase Order.
U. And V. Class Ii Engineering Change Proposal (ecp) May Be Carried
Through Provided The Government Qar Reviews And Concurs With The
Classification Review Which Resulted In The Ecp Being Classified As
Class Ii.
W. Paragraph 5.4.3 Is Required.
X. Paragraph 5.4.4 Is Required.
Y. Nors Are Not Required For This Contract/purchase Order.
Z. Short Form Procedures Are Allowed.
Aa. Paragraph 5.5.2 Is Not Required For This Contract/purchase Order.
Ab. Paragraph 5.5.7 Is Not Required For This Contract/purchase Order.
Ac. Paragraph 5.5.8 Is Not Required For This Contract/purchase Order.
Ad. Paragraph 5.6.2 Is Not Required For This Contract/purchase Order.
Ae. Paragarph 5.6.3 Is Not Required For This Contract/purchase Order.
Af. Paragraph 5.4.2.2.3.2b Is Not Required For This Contract/purchase
Order.
3.8.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority.
Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below.
The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788.
Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;non-destructive; First Article Test/inspection On ;one (1); Unit(s) In Accordance With Requirements ;in Accordance With Drawing 2888350 And Qp2888350 And All Associated Drawings
and Specfications; .
4.5 First Article Test Procedures - (government Approval) - The Contractor Shall Prepare And Submit Test Procedures In Accordance With The Contract Data Requirements List (dd Form 1423). The Test Procedures Shall Be Approved Prior To Production.
There Is Hereby Created An Option For The Government To Waive The Requirement For Submission Of A Test Procedure. If The Offeror Has Had Its Test Procedure Previously Approved By The Government, Furnish The Name Of The Approval Activity, Date Of
approval, And Contract Number Under Which The Test Procedure Was Approved.
In The Event The Government Exercises The Option To Waive Submission Of A Test Procedure, The Previously Approved Procedure Shall Apply To The Contract/purchase Order.
4.6 First Article Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). The Report Shall Be Approved Prior To Production.
4.7 Production Lot Test Procedures - (government Approval) - The Contractor Shall Prepare And Submit Test Procedures In Accordance With The Contract Data Requirements List (dd Form 1423).
There Is Hereby Created An Option For The Government To Waive The Requirement For Submission Of A Test Procedure. If The Offeror Has Had Its Test Procedure Proviously Approved By The Government, Furnish The Name Of The Approval Activity, Date Of Approval,
and Contract Number Under Which The Test Procedure Was Approved.
In The Event The Government Exercises The Option To Waive Submission Of A Test Procedure, The Previously Approved Procedure Shall Apply To The Contract/purchase Order.
4.8 Production Lot Test (contractor) - The Contractor Shall Perform 100% Production Testing In Accordance With ;the Approved Test/inspection Procedure For Drawing 2888350 And Qp2888350; .
4.9 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423).
4.10 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
6.2 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.
There Are 7 (seven) Seperate 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 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
date Of First Submission=060 Dac
block 12 - Submit For Approval Prior To First Article Test/inspection.
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;code 5d21; ,port Hueneme, Ca 93043-5007.
block 14a - Isea Information Copy Cover Letter And First Page Of Data Shall Be Clearly Marked "information Copy".
;copies Of Passing Reports Shall Be Submitted To Our Distribution Listing. ;
date Of First Submission=180 Dac
block 12 - Submit For Approval Prior To Production.
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;code 5d21; ,port Hueneme, Ca 93043-5007.
block 14a - Isea Information Copy Cover Letter And First Page Of Data Shall Be Clearly Marked "information Copy".
;copies Of Passing Reports Shall Be Submitted To Our Distribution Listing.;
date Of First Submission=060 Dac
block 12 - Submit For Approval Prior To Production.
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
1.1 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution. Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;code 5d21; ,port Hueneme, Ca 93043-5007.
block 14a - Isea Information Copy Cover Letter And First Page Of Data Shall Be Clearly Marked "information Copy".
;copies Of Passing Reports Shall Be Submitted To Our Distribution Listing.;
date Of First Submission=asreq
1.2 Block 12 - Submit For Approval In Accordance With The Delivery Schedule.
block 12 - Resubmit No Later Than ;15; Days After Disapproval.
1.3 The Dcmc Qar Approved Deliverable Shall Be Sent, Within 10 Days Of Approval, To Activities Listed Under Distribution. Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;code 5d21; ,port Hueneme, Ca 93043-5007.
block 14a - Isea Information Copy Cover Letter And First Page Of Data Shall Be Clearly Marked "information Copy".
;copies Of Passing Reports Shall Be Submitted To Our Distribution Listing.;
Closing Date21 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation:
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
solicitation Number 70z04025qdi014 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated January 2025. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency.
this Acquisition Will Be Issued Under Naics 811210
nsn 5998-01-481-9594
motherboard Cca Um-icsc-1338
oem: Hose Mccann
pn: Um-icsm-7002
qty: 06 Ea
open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs.
inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair)
firm Fixed Repair Price $___________ Each.
these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts.
packing And Marking:
all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description.
packing. Material Shall He Packed In Containers Meeting Astm D-3951
and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor
shall Package Items In Such A Manner As To Prevent Damage To The Equipment
during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping
containers, Suitable For Handling With A Forklift. The Containers Shall Be
suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be
assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The
base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing
shall Be Provided To Prevent Damage During Shipment. Protrusions, -
projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As
required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap
materials. The Generator Hub Coupling On The Rotor Shall Be Supported To
prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted
between The Rotor And The Stator With Yellow Tag Visible On The Coupling End
saying To Remove At Installation.
marking. Each Package Shall Be Marked. Shipping Container Shall Be
stenciled With Black Enamel Paint With The Information As Laid Out Below.
stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left
corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A
white Painted Background. All Previous Markings And /or Quality Assurance
decals Shall Be Removed From The Reusable Shipping Container Prior To The
application Of Any New Markings. Marking Shall Consist Of The National Stock
number (nsn), Item Name, Part Number, Contract Number And Delivery Order
number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s.
coast Guard Sflc Material, "condition-a". The Following Is An Example:
nsn 5998-01-481-9594
motherboard Cca Um-icsc-1338
oem: Hose Mccann
pn: Um-icsm-7002
qty: 06 Ea
shipping Weight: Xxxx Lbs (including Crate)
government Contract No.: 70z080xxxxxxxxxxx (per Contract).
words: Coast Guard Sflc Material Condition A, 1 Ea.
delivery:
delivery Is Required Oct 2025. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm.
delivery Shall Be F.o.b. Destination To:
united States Coast Guard (sflc)
receiving Room, Bldg. #88a
2401 Hawkins Point Road
baltimore, Md 21226.
estimated Delivery Date: _________________
inspection And Acceptance: F.o.b. Destination
inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment.
the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision:
multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above.
award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable.
the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery.
vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal.
each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov.
the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition.
far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023)
the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service:
(1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
__(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
__(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a).
x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(6)[reserved].
__(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of 52.204–30.
x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
__(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv (sep 2023) Of52.219-9.
__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f).
__(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
__(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)).
x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023).
x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
__(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
__(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627).
__(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693).
__(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei(oct 2015)of52.223-13.
__(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei (jun2014) Of52.223-14.
__(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b).
__(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514).
__(ii)alternatei(jun 2014)of52.223-16.
x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513).
__(49)52.223-20, Aerosols(jun 2016)(e.o. 13693).
__(50)52.223-21, Foams (jun2016) (e.o. 13693).
__(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A).
__(ii)alternatei(jan 2017)of52.224-3.
__(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(dec2022)of52.225-3.
__(iv)alternateiii(nov 2023)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150).
__(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
__(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
__(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
__(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
(contracting Officercheck As Appropriate.]
x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712).
(iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
14. Electronic Submission Of Payment Requests
(a) Definitions. As Used In These Instructions -
(1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided.
(b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp.
(c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/.
additional Clauses
hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items.
as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause:
contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012)
the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.]
(a)provisions.
x 3052.247-72 F.o.b. Destination Only.
(end Of Clause)
15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
16. Quotes Are Due Not Later Then Feb 06, 2025 By 10:00 Am Eastern Daylight Savings Time (dst).
17. All Questions Regarding This Notice Shall Be Submitted In Writing To Yvette R. Johnson No Later Than Feb 06, 2025. Items As Received By The Contractor Must Be Complete And Of
the Proper Cited Part Number. Discrepancies Shall Be Reported To
the Coast Guard Contracting Officer.
overhaul Requirements:
refer To Sflc Specification R-400-299-m
each Inspection Report Submittal Shall Be Configured To Read As Follows For
each Piece Of Equipment Repaired.
1.) Hourly Labor Rate: __________
2.) Hours Needed For Each Piece Of Equipment Being Repaired: __________
3.) A List Of Parts That Are Being Replaced For Each Piece Of Equipment Being
repaired: __________
4.) The Cost Of Each Part That Is Being Replaced For Each Piece Of Equipment
being Repaired: __________
5.) If Any Other Costs Are Being Implemented Such As Packaging, Marking,
freight And Or Delivering Etc. These Charges Shall Be Individually Identified
on The Inspection/repair Report.
failure In Following These Instructions Will Result In The Termination Of The
contract.
each Unit To Have Electrostatic Protection Iaw Type Iii, Class I Of Mil-b-
81705e W_amendment 1 Dtd 02/08/2010.
each Item To Be Individually Packaged Iaw The Following:
mil-std-2073-1e W/change 17, Method 10
astm-d-3951-10
sflc Sp-pp&m-001 Dtd 06/06/11
each Item To Be Individually Marked Iaw The Following:
mil-std-129p W/change 4
sflc Sp-pp&m-001 Dtd 06/06/11
bar Coding Reqd,
email Proposed Price Quote To Yvette.r.johnson@uscg.mil.
Closing Date6 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation:
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
solicitation Number 70z08025qzb004 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated May, 22,24. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency.
this Acquisition Will Be Issued Under Naics 811310
nsn 2950 12 390 3739 Turbo Charger
oem: Rolls Royce Solutions Gmbh
pn: Ex59610100
qty: 10 Ea
open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs.
inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair)
firm Fixed Repair Price $___________ Each.
these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts.
packing And Marking:
all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description.
packing. Material Shall He Packed In Containers Meeting Astm D-3951
and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor
shall Package Items In Such A Manner As To Prevent Damage To The Equipment
during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping
containers, Suitable For Handling With A Forklift. The Containers Shall Be
suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be
assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The
base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing
shall Be Provided To Prevent Damage During Shipment. Protrusions, -
projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As
required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap
materials. The Generator Hub Coupling On The Rotor Shall Be Supported To
prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted
between The Rotor And The Stator With Yellow Tag Visible On The Coupling End
saying To Remove At Installation.
marking. Each Package Shall Be Marked. Shipping Container Shall Be
stenciled With Black Enamel Paint With The Information As Laid Out Below.
stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left
corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A
white Painted Background. All Previous Markings And /or Quality Assurance
decals Shall Be Removed From The Reusable Shipping Container Prior To The
application Of Any New Markings. Marking Shall Consist Of The National Stock
number (nsn), Item Name, Part Number, Contract Number And Delivery Order
number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s.
coast Guard Sflc Material, "condition-a". The Following Is An Example:
nsn: 2950 12-390-3739
item Turbocharger
p/n: Ex59610100195
shipping Weight: Xxxx Lbs (including Crate)
government Contract No.: 70z080xxxxxxxxxxx (per Contract).
words: Coast Guard Sflc Material Condition A, 1 Ea.
delivery:
delivery Is Required 3/1/25 . Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm.
delivery Shall Be F.o.b. Destination To:
united States Coast Guard (sflc)
receiving Room, Bldg. #88
2401 Hawkins Point Road
baltimore, Md 21226.
estimated Delivery Date: _________________
inspection And Acceptance: F.o.b. Destination
inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment.
the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision:
multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above.
award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable.
the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery.
vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal.
each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov.
the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition.
far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023)
the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service:
(1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
__(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
__(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a).
x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(6)[reserved].
__(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of 52.204–30.
x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
__(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv (sep 2023) Of52.219-9.
__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f).
__(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
__(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)).
x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023).
x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
__(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
__(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627).
__(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693).
__(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei(oct 2015)of52.223-13.
__(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei (jun2014) Of52.223-14.
__(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b).
__(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514).
__(ii)alternatei(jun 2014)of52.223-16.
x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513).
__(49)52.223-20, Aerosols(jun 2016)(e.o. 13693).
__(50)52.223-21, Foams (jun2016) (e.o. 13693).
__(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A).
__(ii)alternatei(jan 2017)of52.224-3.
__(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(dec2022)of52.225-3.
__(iv)alternateiii(nov 2023)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150).
__(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
__(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
__(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
__(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
(contracting Officercheck As Appropriate.]
x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712).
(iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
14. Electronic Submission Of Payment Requests
(a) Definitions. As Used In These Instructions -
(1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided.
(b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp.
(c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/.
additional Clauses
hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items.
as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause:
contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012)
the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.]
(a)provisions.
x 3052.247-72 F.o.b. Destination Only.
(end Of Clause)
15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
16. Quotes Are Due Not Later Than 1/15/25 4 Pm Eastern Daylight Savings Time (dst).
17. All Questions Regarding This Notice Shall Be Submitted In Writing To Nina Crosby No Later Than 14 January 25. Quote Shall Be Emailed To Nina.m.crosby@uscg.mil.
Closing Date15 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Details: Important Information For Interested Parties:
this Notice Of Intent Is Not A Request For Competitive Proposals. However, Responsible, Interested Parties May Identify Their Interest And Capability By Responding To This Notice. The Government Will Consider All Information Received Prior To The Closing Date Of This Notice. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. There Are No Commitments By The Government To Issue Any Solicitations, Make An Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Telephone Responses Will Be Accepted.
this Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
this Request For Information Is A Market Research Tool Being Used In Accordance With Federal Acquisition Regulation (far) Subpart 15.2 To Determine Potential And Eligible Businesses Capable Of Providing The Services Described Herein.
1.0 Introduction
the Naval Air Systems Command (navairsyscom) Program Executive Office, Unmanned Aviation And Strike Weapons, Peo(u&w), Pma-263, At Patuxent River, Maryland, Announces Its Intention To Broaden Industry Partnership And To Procure, On A Competitive Basis, Coco Services Necessary To Provide Uas Isr Services For The Navy And Marine Corps Small Tactical Unmanned Aircraft Systems (stuas) Program Office (pma-263) In Support Of The Department Of Defense (dod) And Other Government Agencies (oga).these Services Will Support Domestic And Coalition Military Partners In Combat And Contingency Operations. Currently, These Services Are Being Delivered Under Performance-based Basic Ordering Agreements (boas) Issued In March 2021 To Insitu, Inc. Of Bingen Wa, And Textron Systems Of Hunt Valley Md, For Land-based And Sea-based Isr Services. The Existing Boas, N0001921g0007 And N0001921g0008, Respectively, Are Firm-fixed-price Type And Expire March 2026. Detailed Information On The Existing Boas Can Be Obtained Via The Following Website: Https://www.navair.navy.mil/foia. This Request For Information Is Issued With The Intent To Award Boa(s) To Onboard Additional Qualified Vendor(s) To Compete For Future Isr Coco Services.
2.0 Objective
pma-263 Is Seeking To Identify Additional Contractors Capable Of Providing Coco Isr Services In Support Of Dod, Oga, And Combat And Contingency Operational Requirements. This Request For Information Is Related To Support For Land-based And Sea-based Operations To Provide Reliable Delivery Of Sensor Data. Contractors Would Be Responsible For Resources To Produce Sensor Data, Such As Trained Personnel, Non-developmental Uas Equipment, Certifications, Operation And Maintenance, Spares And Product Support. Contracted Services Would Be In Direct Support Of Isr Missions Requiring Around The Clock Imagery And Other Sensor Capability In Support Of Those Missions. Contractors Shall Be Capable Of Providing Isr Services On A Normal And Surge Basis, Day And Night, 24 Hours A Day, Seven Days A Week. Pre-deployment, Deployment, And Post-deployment Support Would Be Required, And Would Entail Execution Of A Variety Of Responsibilities Inherent To Execution Of Such Support, Including But Not Limited To, Equipment Transportation, Export Control Licensing, Insurance, Personnel Travel, Processing For Overseas Movement And Accountability, Visa Coordination, Compliance With Requirements At Dfars 252.225-7040, Compliance With Dodi 3020.41, Etc.
3.0 Requirements
pma-263 Is Specifically Interested In Uas Isr Services Capable Of The Following Performance Parameters. The Following Parameters Constitute Mandatory Minimum Requirements:
technology Readiness Level (trl): Trl 8 Per Dod Deskbook 5000.2
operational Range: At Least 75 Nautical Miles (nm) From The Ground Control Station Located At The Launch Site, With A Single Air Vehicle, For Both Sea-based And Land-based Uas Operations
datalink Range (communications And Full Motion Video (fmv)): Line-of-sight With Type-1 Encryption Utilizing The Bandwidth Efficient Common Data Link (be-cdl) Waveform
on Station Time: 10 Hours Time-on-station (tos) At Maximum Range
simultaneous, Multi-intelligence (multi-int) Capable With Fmv Sensor(s) And An Electronic Warfare (ew) Type Sensor Or Wide Area Maritime Search (wams) Sensor
fmv: Electro Optic (eo)/ Infrared (ir) – National Imagery Interpretability Rating Scale (niirs) Of Level 8.4 Or Above For Eo And 7.2 Or Above For Ir When Taken From The Uav At An Altitude Of 3,000 Feet Above Ground Level (agl) At A 45-degree Slant Range
global Positioning System (gps) Precise Positioning Service (pps) Receiver
operate In Gps-contested-/degraded Situations (uas Shall Be Capable Of Continued Navigation In A Gps-contested Environment Up To A Minimum 74db For All Phases Of Flight)
operate In Adverse Weather Conditions And Austere Environments
runway Independent
for Land-based Operations, The Air Vehicle (av) Shall Operate On Commonly Available Fuels At Forward-deployed Locations, Such As Mil-dtl-5624, Grade Jp-4/jp-5; Mil-dtl-83133 Grade Jp-8/jp-8+100; Astm D910, Aviation Gasoline Grade 100ll; And Their Equivalent Nato And Commercial Versions. For Ship-based Operations, The Av Shall Operate On Mil-dtl- 5624, Grade Jp-4/jp-5.
in Accordance With Dodi 8510.01, Obtain An Authorization To Operate (ato) From The Navair Function Authorization Official (fao) (ato With Provision (ato-p), Or Reciprocity Ato Inherited From Another Dod Service Branch Are Acceptable.
meet The Ndaa2023 Section 817 Requirements For Country Of Origin Of Uas And Critical Components.
submission Of A Data Package That Contains Engineering Data Necessary To Support A Category 3 Interim Flight Clearance (ifc) In Accordance With Navairinst 13034.1, Airworthiness Policy.
sensors Output Stanag 4545, 4607, And 4676 Messages
4.0 Requested Information
interested Vendors Should Submit A Brief Capability Statement Package (not To Exceed 15 Pages) Demonstrating Ability To Perform The Services Based On The Parameters In Paragraph 3.0. The Response Shall Contain The Respondent’s Primary Point Of Contact With Phone Number And Email Address.
the Capabilities Statement Package Should Include But Not Limited To The Following Information:
4.1 Company Profile/status:
4.1.1 What Is Your Experience And Maturity (a) With Manufacturing And Developing Unmanned Aircraft System Products And (b) With Providing Isr Services?
4.1.2 Provide Your Cage Code, Unique Entity Identifier Number, Current Number Of Employees, Annual Revenue History, Office Location(s), The Respondent’s Web Page Url, And A Statement Regarding Current Small Or Large Business Status Based On The Designated Naics Code.
4.1.3 What Is The Technology Readiness Level (trl) Of Your Candidate Uas As Described In The Dod Technology Readiness Assessment Handbook?
4.1.4 Is The Uas Currently Available On One Or More Gsa Schedules? If So, Which One(s)?
4.1.5 Did You Receive Funding To Develop Your Uas From A Government Agency?
4.2 Uas Operating Parameters/configuration:
4.2.1 Describe How The Uas Satisfies The Minimum Requirements Stated In Paragraph 3.0 Above. In Addition, Describe The Following:
4.2.1.1 System’s Anti-jam Capabilities.
4.2.1.2 System’s Alternative Positioning, Navigation, And Timing (apnt) Solutions Capabilities In A Degraded/contested Gps Environment.
4.2.1.3 System’s Weather Limitations To Include But Not Limited To Ice, Rain, And Wind.
4.2.1.4 System’s Environmental Limitations (altitude, Temperature, Etc).
4.2.1.4.1 System’s Level Of Compliance With Mil-std-461g.
4.2.1.4.2 System’s Level Of Compliance With Mil-dtl-901e (grade B).
4.2.1.4.3 System’s Design Criteria With Respect To Minimizing Radar Cross Section (rcs).
4.2.1.5 System’s Ability To Remain Visually And Audibly Non-detectable At Operating Altitude.
4.2.1.6 Data Link Used Including Waveform, Operational Frequency Band, Analog Or Digital, And Encryption Capabilities.
4.2.1.7 Data Link Range At Different Operating Altitudes.
4.2.1.8 How Ground Control Station Communicates With The Air Vehicle Should The System Be Operating In A Beyond Line Of Sight (blos) Situation.
4.2.1.9 How Is The Air Vehicle Launched And Recovered?
4.2.1.9.1 How Many Launches, Recoveries, And Total Flight Hours Have Been Successfully Accomplished For This Configuration?
4.2.1.10 Describe How Ship-based Operations Would Occur To Include Launch And Recovery Profiles And Ship Infrastructure Requirements.
4.2.1.11 Describe Staffing Requirements At The Organizational Level.
4.2.1.11.1 How Many People Are Required To Operate The Uas?
4.2.1.11.2 How Many People Are Required To Maintain The Uas?
4.2.1.12 A Field Packed System Is Defined As Having All The Required Equipment To Accomplish A Mission And Be In A State Safe To Be Transported. How Long Does It Take To Go From A Field Packed System To Air Vehicle Launch?
4.2.1.13 Provide Data Supporting That The Uas Has Been Tested In A Relevant Operational Environment, Including Day And Night Video, If Available.
4.2.1.14 Has The Uas Conducted Field User Evaluations For The U.s. Government? If So, Please Provide The Following:
4.2.1.14.1 Applicable (unclassified) Results As To What Was Demonstrated
4.2.1.14.2 Any Changes Since The Demonstration, As Relevant To This Rfi
4.2.1.14.3 U. S. Government Point Of Contact.
4.2.1.15 What Software Operating System Does The Uas Use? Was The Software Developed And Coded In The U.s.? Does The Operating Software Interface With Dod Software And Dod Mapping Imagery Software Or Does It Require Company Proprietary Software To Operate The System?
4.2.1.16 How Does The Uas Download And Store Data Through The Ground Control Station And For How Long?
4.2.1.17 Is The Uas Controlled Under The International Traffic In Arms Regulations (itar)?
4.2.1.18 Do You Have An Export Configuration? If So, Please Describe The Export Configuration.
4.2.1.19 Has Critical Program Information (cpi) Or Critical Technology (as Defined In The Dodi 5200.39) That Requires Anti-tamper Protection And/or Low Observable Requirements Been Identified For The Uas? (unclassified Responses Only)
4.3 Training And Field Support:
4.3.1 Describe Any Other Ancillary Equipment That Is Not Included As Part Of The System Configuration, Such As Calibration Equipment.
4.3.2 Indicate Whether There Are Existing Operational And Maintenance Publications Or Manuals.
4.3.3 Provide The Uas’s Sparing Requirements Based On 9,000 Flight-hours Per Year Per Site For Land-based Isr Services And 2,400 Flight-hours Per Year For Ship-based Isr Services.
4.3.4 Describe The Uas’s Facility And Infrastructure Requirements At A Fielded Site.
4.3.5 Describe Continental United States (conus) And Outside The Continental United States (oconus) Field Support On The Uas While Deployed To Include Harsh Or Hostile Environments Overseas.
4.3.6 Describe The Existing Training Curriculum (course Type Classes, Devices, Duration, Training Location And Any Certification Requirement Timelines).
4.3.7 Provide Any Other System Features That The Uas Has That Are Unique And Stand Out From Other System Platforms.
4.4 Cybersecurity Support
4.4.1 Describe Whether The System Has Undergone A Dod Sanctioned Ato Or Iatt Using The Risk Management Framework (rmf) Process Prescribed In Dodi 8510.01.
4.4.2 Does The System Have An Active Ato/iatt From A Dod Service Branch? If So, Which Branch?
4.4.3 Can Artifacts Be Provided To Support A Navy/navair Ato?
4.4.4 Is The Service Branch Ao Possessing The Ato Amenable To Supporting A Reciprocity Ato And Engaging In A Memorandum Of Agreement With Navair?
4.4.5 Describe The Current Processes That You Have Implemented To Ensure The System Meets The Information Security Requirements Established Within The Nist 800-53 Sp Framework.
4.4.6 Has The System Undergone Cybersecurity Test And Evaluation?
4.4.7 Is There A Network Architectural Diagram For The System? If So, Does This Include Component/subcomponent Interfaces, Information Flow, Ports, Protocols, And Ip Addressing Used?
4.4.8 Does The System Have A System Security Plan (ssp) Outlining Its Implementation Status With Security Controls?
4.4.9 Has The System Undergone Network Vulnerability Scans, And Network Enumeration Scans (nessus, Wireshark, Nmap, Etc.)?
4.4.10 Does The System Have A List Of Hardware Used To Process, Store, And Transmit Information? (i.e., Full Bill Of Material (bom))
4.4.11 Does The System Have A Complete List Of The Software Used On The System And Its Function(s)? (i.e., Software Bill Of Material (sbom)
4.4.12 Have Software Assurance Techniques Been Applied To The System, Ensuring Origins Of The Code And That It Is Free From Vulnerabilities (secure Sdlc, Code Scanning, Quality Checks, Patch Management Planning, Software Testing, Configuration Control, And Sbom)?
4.4.13 Describe How Your Company Has Implemented Enterprise Cybersecurity Standards Onto Your Resident It Equipment To Be Ability To Process, Store, And Transmit Dod Controlled Unclassified Information (cui).
4.4.14 Is The Company’s It Infrastructure Capable Of Meeting The Requirements Directed In Dfars 252.204-7012 For Safeguarding Covered Defense Information And Cyber Incident Reporting?
4.4.15 Has The Company Assessed Their Cybersecurity Implementation Against The Nist Sp 800-171 Sp Framework?
4.4.16 Has Your Company Undergone A Cybersecurity Maturity Model Certification (cmmc)?
4.4.17 Does The Company Have An Enterprise Ssp?
5.0 Responses/submission
all Interested Sources Shall Submit Responses Electronically, Consisting Of A Capability Statement (paragraph 3.0) As Wells As Addressing The Information Required By Paragraph 4.0 Above Via Email To Contract Specialist, Ms. Heather Buckler At Heather.m.buckler.civ@us.navy.mil And Procuring Contracting Officer, Ms. Kristen Ferro At Kristen.w.ferro.civ@us.navy.mil.
e-mail Must Contain The Following In The Subject Line: "rfi Response To Notice 243-24-189 Uas Coco Isr Services, (pma-263)”
note That File Sizes Larger Than 5mb Are Not Recommended, As They May Not Be Receivable Due To Navy Marine Corps Intranet Security Protocol.
6.0 Format
request For Information Responses Are Limited To 15 Pages, In 12-point Font, Not Including Preprinted (pre-published) Information Material.
in Order To Maximize Efficiency And Minimize The Effort Involved In The Evaluation Process, All Submissions Must Comply With The Following Format And Content:
8.5 X 11 Inch Page
single-spaced Typed Lines
newspaper Column Formatting Is Not Permitted
1 Inch Margins On All Sides
not Smaller Than A 12 Point Font Without Condensing
photographs, Pictures Or Hyperlinks Are Permitted
files Shall Be Microsoft Office 2016 Compatible Or Pdf Format; No Zip Files
all Material Provided In Response To This Request For Information Shall Be Unclassified.
to The Maximum Extent Practicable, Respondents Should Limit The Delivery Of Non-proprietary Information. Responses To This Request For Information Will Not Be Returned. If The Response Includes Proprietary Information, (1) Ensure Proprietary Information Is Marked Appropriately, (2) Identify Disposition Instructions, And (3) Indicate Whether You Require Government Support Contractors Providing Advisory And Assistance Services To The Government To Facilitate The Execution Of Information/proprietary Exchange Agreements With You. Government Support Contractors May Assist In The Review Of Any Data Provided By Applicants.
government Support Contractors Have Entered Into Non-disclosure Agreements (ndas) With The Government, Which Precludes Them From Disclosing Any Proprietary Data Outside Of The Government. However, If Respondents Desire A Separate Nda With Government Support Contractors, Respondents Should Submit An Nda Form, Along With Instructions, To The Points Of Contact Listed In This Notice At The Time Of Their Submission. If Respondents Choose Not To Submit An Nda Form For Completion, Their Submission Of A Response To This Announcement Constitutes Consent That The Government Support Contractors Will Have Access To Their Proprietary Information. The Government Will Not Be Responsible For The Disclosure Of Any Confidential/proprietary Information Not Clearly Marked. At Any Time After Receipt Of Request For Information Responses, The Government May Contact Respondents Independently For Further Clarification Of The Submittal.
7.0 Past Responses To Questions Received
7.1 The Below Questions And Answers Are In Previous Responses To An Inquiry Regarding Section 3.0, Requirements From Past Industry Days:
7.1.1 Is This [operational] Range Based On A Maritime Deployment/installation?
answer: The 75nm Range Is For Both Sea-based And Land-based Uas Operations.
7.1.2 Is This [operational Range] Considered A Connection Between The Ground Control System At The Launch Site Or Could That Also Include A “handoff” Between The Air Vehicle And A Forward Node To Extend Operational Flexibility?
answer: A Single Air Vehicle Must Be Able To Operate A Minimum Of 75nm From The Ground Control Station Located At The Launch Site.
7.1.3 Is The Operational Range Based On A Customer Concept Of Operation Or Is There Any Additional Information Available?
answer: There Is No Additional Information That Can Be Provided.
7.1.4 Is There Any Additional Information On This Jam-to-signal Calculation?
answer: There Is No Additional Information That Can Be Provided.
7.2 The Below Questions And Answers Are In Response To An Inquiry Regarding Section 4.0, Requested Information, Part 4.3.3.
7.2.1 Is 54,000 [flight-hours Per Year] Intended To Be 5,400 [flight-hours Per Year]?
answer: 54,000 Flight-hours Per Year Was For All Six Sites Currently Operating. Part 4.3.3 Has Been Updated To Reflect 9,000 Flight-hours Per Year Per Site.
7.2.2 Are The Sparing Requirements For Spare Air Vehicles Or Component Parts Based On Mean Time Before Failure?
answer: Sparing Requirements And Details Are Based Solely On The Original Equipment Manufacturer (oem) Assessments Of What Is Required To Meet The Previously Stated Flight-hour Requirements
Closing Date6 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+2Automobiles and Auto Parts, Aerospace and Defence
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation:
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
solicitation Number 70z08025qzb004 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated May, 22,24. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency.
this Acquisition Will Be Issued Under Naics 811310
nsn 2010 01 627 9761 Propeller, Right Hand
oem: Michigan Wheel Co.
pn: 531914
qty: 5 Ea
open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs.
inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair)
firm Fixed Repair Price $___________ Each.
these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts.
packing And Marking:
all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description.
packing. Material Shall He Packed In Containers Meeting Astm D-3951
and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor
shall Package Items In Such A Manner As To Prevent Damage To The Equipment
during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping
containers, Suitable For Handling With A Forklift. The Containers Shall Be
suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be
assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The
base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing
shall Be Provided To Prevent Damage During Shipment. Protrusions, -
projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As
required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap
materials. The Generator Hub Coupling On The Rotor Shall Be Supported To
prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted
between The Rotor And The Stator With Yellow Tag Visible On The Coupling End
saying To Remove At Installation.
marking. Each Package Shall Be Marked. Shipping Container Shall Be
stenciled With Black Enamel Paint With The Information As Laid Out Below.
stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left
corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A
white Painted Background. All Previous Markings And /or Quality Assurance
decals Shall Be Removed From The Reusable Shipping Container Prior To The
application Of Any New Markings. Marking Shall Consist Of The National Stock
number (nsn), Item Name, Part Number, Contract Number And Delivery Order
number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s.
coast Guard Sflc Material, "condition-a". The Following Is An Example:
nsn: 2010 01 627 9761
item Propeller
p/n: 531914
shipping Weight: Xxxx Lbs (including Crate)
government Contract No.: 70z080xxxxxxxxxxx (per Contract).
words: Coast Guard Sflc Material Condition A, 1 Ea.
delivery:
delivery Is Required 3/1/25 . Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm.
delivery Shall Be F.o.b. Destination To:
united States Coast Guard (sflc)
receiving Room, Bldg. #88
2401 Hawkins Point Road
baltimore, Md 21226.
estimated Delivery Date: _________________
inspection And Acceptance: F.o.b. Destination
inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment.
the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision:
multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above.
award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable.
the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery.
vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal.
each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov.
the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition.
far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023)
the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service:
(1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015).
(5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801).
(6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553).
(7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)).
(b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
[contracting Officercheck As Appropriate.]
__(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655).
__(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)).
__(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.)
__(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a).
x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note).
__(6)[reserved].
__(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C).
__(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii).
__(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
__(ii)alternatei(dec 2023)of 52.204–30.
x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note).
__(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313).
__(14)[reserved].
__(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a).
__(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a).
__(17)[reserved]
x(18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-6.
__(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644).
__(ii)alternatei(mar 2020)of52.219-7.
__(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)).
__(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)).
__(ii)alternatei(nov 2016)of52.219-9.
__(iii)alternateii(nov 2016)of52.219-9.
__(iv)alternateiii(jun 2020)of52.219-9.
__(v)alternateiv (sep 2023) Of52.219-9.
__(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)).
__(ii)alternatei(mar 2020)of52.219-13.
__(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s).
__(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)).
__(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f).
__(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)).
__(ii)alternatei(mar 2020)of52.219-28.
__(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)).
__(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)).
__(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)).
__(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)).
x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755).
x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023).
x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246).
__(ii)alternatei(feb 1999)of52.222-26.
__(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
__(ii)alternatei(jul 2014)of52.222-35.
x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
__(ii)alternatei(jul 2014)of52.222-36.
__(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212).
__(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496).
x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627).
__(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627).
__(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.)
__(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.)
__(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693).
__(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693).
__(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei(oct 2015)of52.223-13.
__(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514).
__(ii)alternatei (jun2014) Of52.223-14.
__(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b).
__(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514).
__(ii)alternatei(jun 2014)of52.223-16.
x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513).
__(49)52.223-20, Aerosols(jun 2016)(e.o. 13693).
__(50)52.223-21, Foams (jun2016) (e.o. 13693).
__(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A).
__(ii)alternatei(jan 2017)of52.224-3.
__(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83).
__(ii)alternatei(oct 2022)of52.225-1.
x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43.
__(ii)alternatei [reserved].
__(iii)alternateii(dec2022)of52.225-3.
__(iv)alternateiii(nov 2023)of52.225-3.
__(v)alternateiv (oct 2022) Of52.225-3.
__(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note).
x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
__(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
__(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150).
__(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150).
__(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021).
__(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
__(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805).
x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332).
__(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332).
__(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332).
__(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a).
__(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)).
__(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631).
__(ii)alternatei(apr 2003)of52.247-64.
__(iii)alternateii(nov 2021)of52.247-64.
(c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services:
(contracting Officercheck As Appropriate.]
x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67).
__(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67).
__(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67).
__(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
__(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
__(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
__(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
__(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792).
(d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation.
(1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract.
(2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved.
(3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law.
(e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509).
(ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712).
(iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91).
(v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232).
(vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328).
(vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii).
(b)alternatei(dec 2023)of 52.204–30.
(viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities.
(ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015).
(x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246).
(xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212).
(xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793).
(xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212).
(xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40.
(xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67).
(xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627).
(b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627).
(xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67).
(xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67).
(xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989).
(xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022).
(xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706).
(xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a).
(b)alternatei(jan 2017)of52.224-3.
(xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note).
(xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6.
(xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40.
(xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64.
(2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations.
14. Electronic Submission Of Payment Requests
(a) Definitions. As Used In These Instructions -
(1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided.
(b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp.
(c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/.
additional Clauses
hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items.
as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause:
contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012)
the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.]
(a)provisions.
x 3052.247-72 F.o.b. Destination Only.
(end Of Clause)
15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable.
16. Quotes Are Due Not Later Than 1/23/25 2 Pm Eastern Daylight Savings Time (dst).
17. All Questions Regarding This Notice Shall Be Submitted In Writing To Nina Crosby No Later Than 22 January 25. Quote Shall Be Emailed To Nina.m.crosby@uscg.mil.
Closing Date23 Jan 2025
Tender AmountRefer Documents
71-80 of 87 archived Tenders