ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
TIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||
STOP-WORK ORDER (AUG 1989)|1||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|RECEIVING REPORT AND INVOICE COMBO||TBD|TBD|TBD|TBD|TBD|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4|||||
SMALL BUSINESS SUBCONTRACTING PLAN (NOV 2021)|4|||||
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2|||
FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|||||||||||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3||||
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1||
LIST OF AWARD ATTACHMENTS|5||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|334511|1250||||||||||||
TYPE OF CONTRACT (APR 1984)|1|FFP|
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
EVALUATION CRITERIA AND BASIS FOR AWARD-|1||
1. This solicitation is being issued under Special Emergency Procurement Authority (SEPA).
2. All contractual documents (i.e. contracts, purchase orders, task orders, andmodifications) 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.
3. Drawings can be viewed or downloaded at www.neco.navy.mil via the beta.sam or contract opportunities link (FBO is now closed).
4. IMPORTANT: Drawings associated with this solicitation will be made availableon the new beta.SAM website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POClisted on the solicitation
to inform them of the request.
5. NAVSUP WSS Mech will be considering past performance in the evaluation of offers IAW FAR 13.106. See clauses DFARs 252.213-7000 and NAVSUP WSS term WSSTERMMZ04.
6. Please note that when submitting quotes via NECO, make sure you specify any exceptions (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES ETC) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based
upon solicitation requirements. Changes or request for changes after award may have consideration costs deducted on subsequent modifications.
7. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: Submission of your quote without a surplus certificate will null and void your quote,thus making it unresponsive. A surplus material certificate must accompany allquotes for surplus/new
surplus/new manufacture. If submitting quote via NECO, a faxed or scanned copy must be sent to the buyer.
8. Offers must have a valid U.S. security clearance of CONFIDENTIAL or higher in order to respond to this RFP.
9. This requirement requires FAT and PLT. Please fill out DD1423 appropriately.
10. If you are not the manufacturer of the material you are offering, you MUST state who the OEM is (name and cage code) and the part number you are offering and provide traceability information requested.
11. Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)
(1) By submitting a quotation or offer, the contractor agrees that, when the contractor is not the manufacturer of the item, it is confirming that it currently has or will obtain retain documented evidence (supply chain traceability documentation) that the item is
from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract.
(2) At a minimum, the supply chain traceability documentation for the itemshall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source's Commercial and Government Entity(CAGE) code, and clear
identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available,the manufacturer's batch identification for the
item(s), such as date codes, lot codes, or serial numbers.
(3) Examples of acceptable supply chain traceability documentation can be foundat: http://www.dla.mil/LandandMaritime/Business/Selling/Counterfeit-Detection-Avoidance-Program/
(4) The contractor shall immediately make available documentation upon request of the contracting officer. The contracting officer determines the acceptability and sufficiency of documentation. If the contractor fails to retain or provide the documentation or
the contracting officer finds the document to be unacceptable, corrective action may be taken including, but not limited to undelivered orders or rejection of delivered supplies.
Offers for Part Numbered Items (SEP 2016)
(a) For part numbered items, identified in the item description only by the name of an approved source (CAGE code), a part number, and a brief description. Exact product - applies to contract line-item(s) (CLIN(s)):__________
CAGE Code__________ part number____________________
Alternate product - applies to CLIN(s):___________
CAGE code __________ part number ________ Superseding part number - applies to CLIN(s): _____
CAGE code __________ part number ________
Identify reason for superseding part number:
Administrative P/N change only: Yes____ No____
Minor change/No change in configuration: Yes____ No____
Previously-approved product - applies to CLIN(s): _____
Contract or Solicitation Number: ____________________
CAGE code __________ part number ________
Correction to CAGE/Part Number - applies to CLIN(s) _____
CAGE code in error/same corporation, different division Yes ___ No___
CAGE code in error/sold to different corporation Yes ___ No___
Part number not recognized Yes ___ No__
_Obsolete part number Yes ___ No___
Other Yes ___ No___
(b) Exact product means a product described by the name of an approved source and its corresponding part number cited in the item description; and manufactured by, or under the direction of, that approved source. An offeror of an exact product must meet one of the
descriptions below.
(1) An approved source offering its part number cited in the item description;
(2) A dealer/distributor offering the product of an approved source and part number description;
(3) A manufacturer who produces the offered item under the direction of an approved source; and has authorization from that approved source to manufacture the item, identify it as that approved source's name and part number, and sell the item directly to the
Government.
(4) A dealer/distributor offering the product of a manufacturer that meets the description in subparagraph (3) above.
(c) Alternate product.
(1) The offeror must indicate that an alternate product is being offered if theofferor is any one of the following:
(i) An offeror who manufactures the item for an approved source cited in the item description, but does not have authorization from the approved source to identify it as the approved source part number, and dell the item directly to the Government;
(ii) A dealer/distributor offering the product of a manufacturer that meets thedescription in (i) above;
(iii) An offeror whose product does not meet the criteria of exact product, superseding product, or previously approved product.
(2) An offer of an alternate product is an alternate offer.
(d) The offeror must indicate that a superseding part number is being offered if the offered item otherwise qualifies as an exact product, except that the part number cited in the item description has been superseded due to an administrative part number change
with no change in configuration of the item.
(e) The offeror must indicate that a previously approved product is being offered if the product offered has previously been delivered to the Government or otherwise previously evaluated and approved.
(f) Correction to CAGE/Part Number Cited in the Item Description. Submitted by offeror to notify the Government if there is a CAGE code error: same corporation/different division; sold to different corporation; part number not recognized; obsolete part number;
other.
(g) Traceability documentation.
(1) The contracting officer may request evidence of the technical acceptabilityof the product offered. The evidence must be submitted within 2 days, or as otherwise specified, or the offer will not be considered.
(2) For offers of exact product, offerors other than the approved manufacturingsource must retain evidence and provide the traceability evidence of the identity of the item and its manufacturing source when requested by the contracting officer.
(i) If offered item(s) are not in stock or not yet manufactured, a copy of an original quotation from the approved source to the offeror identifying exact item cited in item description and quantity sufficient to satisfy the solicitation requirement.
(ii) If offered item(s) are shipped or in stock, a copy of invoice on approved source's letterhead; or a copy of packing slip which accompanied shipment from approved source to offeror. The invoices and packing slips must identify exact item cited in item
description and a quantity sufficient to satisfy the solicitation requirement.
(iii) If the offeror is an authorized dealer/distributor, or manufactures the item for an approved source, a copy of the contractual agreement with, or the express written authority of, the approved source to buy, stock, repackage, sell,or distribute the part. The
agreement must specifically identify the exact item, or otherwise ensure that the offeror is authorized by the approved source to manufacture or distribute the exact item being acquired. If the agreement covers a general product line or is otherwise not product
specific, the offeror mustfurnish additional documentation to address the exact item being acquired.
(iv) Other verifiable information.
(1) For superseding part number, the offeror may be requested to furnish evidence to establish that there are no changes in the configuration of the part.
(2) For previously approved products, upon request of the contracting officer,the offeror must furnish the contract, solicitation, source approval request (SAR) package, or letter of approval under which the product was previously furnished or approved. (h)
Alternate offer data.
(1) The contracting officer may request drawings, specifications, or otherdata necessary to clearly describe the characteristics and features of an alternate offer. Data submitted shall cover design, materials, performance, function, interchangeability, inspection
or testing criteria, and other characteristicsof the offered product. The contracting officer may also request drawings and other data covering the design, materials, etc., of the exact product cited in the item description if the Agency does not possess data
sufficient to evaluate the alternate product. The data must be submitted within 10 days, or as otherwise specified, or the offer will not be considered.
(2) If the alternate product is a reverse-engineered product, the offeror shallprovide: technical documentation to establish that the offered item represents the exact item specified in the item description (i.e. invoice from an approvedsource or submission of
samples having markings of an approved source); number of samples that were examined; the process/logic used; raw data (measurements, lab reports, test results) used to prepare drawings or specifications for the offered item; any additional evidence that indicates
the reverse-engineered itemwill function properly in the end item; and any evidence that life cycle/reliability considerations have been analyzed.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the GUIDANCE CABLE ASSE .
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.
2.2 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=2505827 |10001| K|FN |D|0001 | K|49998|0069956
DRAWING DATA=5205453 |53711| P| |D|0001 | |49998|0016807
DRAWING DATA=5727490 |53711| Y|FN |D|0001 | Y|49998|0345813
DRAWING DATA=5893799 |53711| E|FN |D|0001 | E|49998|0260362
DRAWING DATA=5894122 |53711| C|FN |D|0001 | C|49998|0264830
DRAWING DATA=6370406 |53711| F|FN |D|0001 | F|49998|0105125
DRAWING DATA=6657093 |53711| A|FN |D|0001 | A|49998|0071141
DRAWING DATA=6935198 |53711| C|DOC|D|0001 | C|49998|1039605
DRAWING DATA=7052639 |53711| J|FN |D|0001 | J|49998|0125199
DRAWING DATA=7052720 |53711| G|FN |D|0001 | G|49998|0227151
DRAWING DATA=7052721 |53711| E|FN |D|0001 | E|49998|0265449
DRAWING DATA=7052721 |53711| D|PL |D|0001 | D|49998|0009074
DRAWING DATA=7053298 |53711| C|FN |D|0001 | C|49998|0077683
DRAWING DATA=7053299 |53711| C|FN |D|0001 | C|49998|0077695
DRAWING DATA=7053300 |53711| C|FN |D|0001 | C|49998|0076948
DRAWING DATA=7053321 |53711| B|FN |D|0001 | B|49998|0108937
DRAWING DATA=7561442 |53711| B| |D|0001 | |49998|0081451
DRAWING DATA=757994 |10001| N|FN |D|0001 | N|49998|0058376
DRAWING DATA=758023 |10001| H|FN |D|0001 | H|49998|0140618
DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03|
DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03|
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein,
the GUIDANCE CABLE ASSE furnished under this contract/purchase order shall meet the
design, manufacture, and performance requirements specified on drawing ;53711 7052721;
cage ; .
3.2 Marking - This item shall be physically identified in accordance
with ;MIL-STD-129; .
3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973,
Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original
and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
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 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
will be cause for rejection.
If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
located so as not to constitute a contamination hazard.
If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
requirements of this contract are concerned.
These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
ship atmosphere.
3.5 Hydrostatic Test - Hydrostatic Testing of the GUIDANCE CABLE ASSE shall be in accordance with ;IAW DWG 6935198 REV C SECTION 4.2.4.2;
.
3.6 Shock Test - Shock Test shall be in accordance with MIL-S-901, and MIL-STD-798, specifically.
Grade ;IAW DWG 6935198 REV C SECTIONS 4.2.5.1.3 AND 4.2.5.2;
Class ;
Type ;
3.7 ;Referenced in the fabrication specification 6935198, is drawing 5759651 that requires a DD254.;
3.8 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required.
4. QUALITY ASSURANCE
4.1 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001.
4.1.1 ;Suppliers currently using and maintaining Inspection System Requirements to
MIL-I-45208 are granted permission to utilize this if desired.;
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 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.
4.4 Production Lot Test (Contractor) - The Contractor shall perform Production Lot Testing in accordance with ;IAW DWG 6935198 REV C SECTION 4.2.1;
.
4.5 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;THE CONTRACTOR SHALL CONDUCT PERPRODUCTION SAMPLING
; First Article Test/Inspection on ;2
; unit(s) in accordance with requirements ;IAW DWG 6935198 REV C PARA 4.2.1.1.;
.
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.
DATE OF FIRST SUBMISSION=030 DAC
;Perform preproduction sampling IAW DWG 6935198 rev C section 4.2.2.1
;
DATE OF FIRST SUBMISSION=030 DAC
;ISEA POC: Patrick Faerber
Naval Undersea Warfare Center Division Newport
Attn: Code 8554 Bldg 148 C1-63
1176 Howell St.
Newport, RI 02841-1708
Phone: 401-832-4593
DSN: 432-4593
Fax: 401-832-4194
E-mail: patrick.faerber@navy.mil
;