CONTACT INFORMATION|4|N743.7|GE9|717-605-3875|jill.sabol@navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO) ||TBD|N00104|TBD|TBD|see schedule|TBD|||NA||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|339991|500||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x|
1. This solicitation is issued using Emergency Acquisition Flexibilities. Government financing is not authorized
2. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency
Preparedness, and Energy Program Use.
4. The part shall be made by a pre-qualified vendor. See section 3 for qualification requirments.
5. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by
facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
6. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the RING,AFT SEAL INSER .
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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order,
however, must supersede applicable laws and regulations unless a specific exemption has been obtained.
2.2.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
DRAWING DATA=A27-19973 |0FW37| C| |D|0001 | C|49998|1816273
DRAWING DATA=A27-19973C01 |0FW37| A|DN |D|0001 | A|49998|0042358
DRAWING DATA=A27-19975 |71833| C| |D|0001 | C|49998|0177269
DRAWING DATA=A27-19976 |71833| C| |D|0001 | C|49998|0166719
DRAWING DATA=A27-19977 |71833| C| |D|0001 | C|49998|0196307
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=SWPY-3530 |53711| -|LR |D|0001 | -|49998|3868319
DRAWING DATA=6758311 |53711| C| |D|0001 | C|49998|1689128
DRAWING DATA=6758311 |53711| C| |D|0001.A | C|49998|3494973
DRAWING DATA=6758311 |53711| C| |D|0002 | C|49998|3176517
DRAWING DATA=6758311 |53711| C| |D|0003 | C|49998|4136043
DRAWING DATA=6758311 |53711| C| |D|0003.1 | C|49998|2218373
DRAWING DATA=6758311 |53711| C| |D|0004 | C|49998|3141250
DRAWING DATA=6758311 |53711| C| |D|0004.1 | C|49998|3068838
DRAWING DATA=6758311 |53711| C| |D|0004.2 | C|49998|3043118
DRAWING DATA=6758311 |53711| C| |D|0004.3 | C|49998|1250588
DRAWING DATA=6758311 |53711| C| |D|0005 | B|49998|1722372
DRAWING DATA=6758311 |53711| C| |D|0006 | C|49998|1298885
DRAWING DATA=6758311 |53711| C| |D|0007 | C|49998|2575370
DRAWING DATA=6758311 |53711| C| |D|0008 | A|49998|1435028
DRAWING DATA=6758311 |53711| C| |D|0009 | C|49998|1856997
DRAWING DATA=6758311 |53711| C| |D|0010 | C|49998|1417895
DRAWING DATA=6758311 |53711| C| |D|0011 | B|49998|1582483
DRAWING DATA=6758311 |53711| C| |D|0012 | C|49998|1853597
DRAWING DATA=6758311 |53711| C| |D|0013 | C|49998|1497144
DRAWING DATA=6758311 |53711| C| |D|0014 | A|49998|1324415
DRAWING DATA=6758311 |53711| C| |D|0015 | A|49998|1367152
DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | |
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein,
the RING,AFT SEAL INSER furnished under this contract/purchase order shall meet the
design, manufacture, and performance requirements specified on drawing ;0EYA6 X82475
3UED3 243-6758311 FIND MSAS-A117;
cage ;53711 243-6758311 FIND MSAS-A117; .
3.2 ;3.3 Vendor Qualification The part shall be made by a pre-qualified vendor. A vendor may become qualified through the following process: 3.4 NAVSUPWSS/NAVSEA-provide vendor with the applicable drawings, Requirements and specifications. 3.5 Vendor
shall manufacture a SEAWOLF seal/mating ring set in accordance with The above requirements. The vendor shall be responsible for all qualification Costs including the seal manufacture costs, test rig construction and for Providing manufacturing, inspection,
and refurbishment procedures. 3.6 Vendor shall be required to successfully test the seal set on their own full scale Test rig that simulates shipboard conditions including but not limited to varying Pressures, temperatures, shaft speeds, and seawater exposure
for a minimum Of 2000 hrs. A description of the qualification test pressure, temperatures, and Shaft speeds will be provided by NAVSEA via separate (Classified) Correspondence.3.7 NAVSEA to conduct a Capability Assessment of the said facility and processes. 3.8
NAVSEA or designated agent- inspect the seal/mating ring set. 3.9 NAVSEA - If complete set is deemed acceptable, NAVSEA PMS392T will Coordinate the seal installation and underway operation for a minimum of six-Month shipboard qualification test for new
seal/mating ring set as the FWD Seal of the boat. Upon satisfactory completion of the six-month test period, NAVSEA will grant the Vendor qualification to manufacture SEAWOLF seals. ;
3.3 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.
3.4 Marking - This item must be physically identified in accordance with MIL-STD-130.
3.5 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format.
Definitions are provided elsewhere in the Contract/Purchase Order.
3.5.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted
via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) 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 theoperational use of the product.
d. Information about remedial action being taken to prevent reoccurrence of the non-conformance.
3.5.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/
3.5.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering
Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information:
a. The change priority, change classification (Class I or Class II), and change justification.
b. A complete description of the change to be made and the need for that change.
c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs.
d. Proposed changes to documents controlled by the Government.
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 theproduct.
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 engineeringchange.
4. QUALITY ASSURANCE
4.1 ;4.2 Responsibility for inspection - Unless otherwise specified in the contract/purchase order, the Contractor shall be 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. 4.3 Inspection system Requirements - The supplies shall provide and maintain an inspection/ quality System
acceptable to the Government. The inspection system requirements for this contract/purchase Order shall be in accordance with MIL-I-45208. Supplies certified to perform under ISO 9001 or ISO 9002 Are granted permission to utilize the one desired in lieu of
MIL-I-45208. 4.4 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 relive 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, Nor does it commit the Government to acceptance of defective material. 4.5 Records of Inspection- (This requirement is not applicable to Government
Purchase Orders) Records Of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be Kept complete and available to the Government during the performance of the contract and for a period of four years after final
delivery of supplies.;
4.2 Notes to the Contractor -
4.2.1 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.
4.2.2 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 applicable part number and contract number must be submitted to the PCO.
4.2.3 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.
4.2.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requestss on Contracts and Solicitations. ECDS can be foundat:
https://register.nslc.navy.mil/
5. PACKAGING
5.1 ; 5.1 Preservation, Packaging, Packing and Marking - Preservation, packaging, packing and marketing shall Be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD-2073 APPLIES AS FOUND ELSEWHERE IN individually packaged
and shipped using Reusable foam filled fiberglass shipping and storage containers approved by NAVSEA. 5.3 The containers shall include provisions for identifying shipping or storage temperatures exceeding The allowable range of 15 to 100 degrees F.;
5.2 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below.
MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES
6.1 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information
contained on those documents and drawings.
6.1.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows:
A... approved for public release; distribution is unlimited.
B... distribution authorized to US Governments agencies only.
C... distribution authorized to US Government agencies and their contractors.
D... distribution authorized to DoD and DoD contractors only.
E... distribution authorized to DoD Components only.
F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T.
X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
6.2 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)
(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/
A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk.
B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies.
C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410P, 101 Strauss Avenue
Indian Head, MD 20640-5035
D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for
certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document.
E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from:
Contracting Officer
NAVSUP-WSS
Code 87321
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue:
Commanding Officer
NAVSUP-WSS
Code 009
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from:
Commanding Officer
NAVSUP-WSS
Code 1 Support Branch
700 Robbins Avenue
Philadelphia, Pa. 19111-5094
H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.