ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|||||||||||||||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|x||x|x|x|x|x|x|||x||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3||||
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|x|x|x|||x||||||||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2022)|13|332919|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x|
All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to this procurement areconsidered 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.
In accordance with DFAR 217.7301, Contractors shall identify their sources ofsupply in contracts for supplies. If the item currently being procured is anon-value added item, please provide:
Actual Manufacturer:
Cage Code:
Address:
Delivery Lead Time: __________________________
Offer valid for ___________________ days.
Please provide email address for follow-up communications_______________________________________.
Packaging location if different than Offeror:
Name/Cage ___________________________________________
Address______________________________________________
NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL:
A surplus material certificate and label MUST accompany your quotation forsurplus/new surplus/new manufactured surplus material. ALL surplus materialMUST have traceability back to a Government contract in order to be consideredfor award. Without this information
we are unable to determine when theGovernment purchased and inspected the item and therefore, we cannot be assured of technical acceptability.
If submitting your quotation via EDI, a faxed or email copy of the surpluscertificate, along with a photo of the box and label MUST be sent to the buyerASAP.
It is recommended that vendors provide contact information to NAVSUP WSSMechanicsburg in order to receive automated notifications from Navy ElectronicCommerce Online (NECO) when contracts/modifications are issued by NAVSUP WSS and posted on EDA. To receive these
notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE Code, company name and address and POC with phone
number and email address.
Contractors can view their orders, contracts and modifications at theElectronic Document Access (EDA) web tool. This web tool is located at the Wide Area Workflow (WAWF) website. It is recommended that contractors register for EDA at: https://wawf.eb.mil. Click on
New User and Registration.
The Department of Defense (DoD) has issued an interim rule (2019-D041), effective November 30, 2020, related to the cyber security requirements in DFARS 252.204-7012. The purpose of this new rule is to assess the cybersecurity protections each individual
contractor has in place and includes the implementation of a DoD NIST SP 800-171 Assessment Methodology.
The offeror, by submission of its quotation, represents the following, if DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, applies -
(1) in accordance with DFARS provision 252.204-7019, it has implemented the NIST SP 800-171 security requirements for its information systems; and
(2) its summary level scores are posted in the supplier performance risk system (SPRS) (https://www.sprs.csd.disa.mil/) in accordance with paragraph (d) of DFARS clause 252.204-7020, NIST SP 800-171 DoD assessment requirements.
Failure to comply may result in being unable to award to the offeror.
This order requires a Higher Level Inspection.
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 STEM,FLUID VALVE .
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=6556322 |53711| A| |D|0001 | A|49998|0172302
DRAWING DATA=6556322 |53711| A| |D|0002 | A|49998|0119623
DRAWING DATA=6556322 |53711| A| |D|0003 | A|49998|0163733
DRAWING DATA=6556322 |53711| A| |D|0004 | A|49998|0189698
DRAWING DATA=6556322 |53711| A| |D|0005 | A|49998|0107755
DRAWING DATA=6556322 |53711|A4|1N |D|0001 |A4|49998|0130741
DRAWING DATA=6556322 |53711|A4|1N |D|0002 |A4|49998|0133287
DRAWING DATA=6556322 |53711|A4|1N |D|0003 |A4|49998|0053836
DRAWING DATA=6556322 |96169|A3|1N |D|0001 |A3|49998|0051680
DRAWING DATA=6556329 |53711| A| |D|0001 | A|49998|0187829
DRAWING DATA=6556329 |53711| A|1N |D|0001 | A|49998|0042581
DOCUMENT REF DATA=MIL-STD-130 | | |M |051202|A| | |
DOCUMENT REF DATA=MIL-STD-271 | | |F |930621|A| |01|
DOCUMENT REF DATA=QQ-N-290 | | |A |711112|A| | |
DOCUMENT REF DATA=QQ-C-320 | | |B |870410|A| 4| |
DOCUMENT REF DATA=ASTM-A-479 | | | | |A| | |
DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| |
DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | |
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The STEM,FLUID VALVE furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;53711 845-6556329-1;
3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130.
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 (76 degrees F +/- 10 degrees F). 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.
4. QUALITY ASSURANCE
4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchause 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 reqiurements 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 reqiurements.
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 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.
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.
If you have a problem connecting to the DODSSP Website, please contact either the Subscription Service Desk (215)697-2569, or the Special Assistance Desk (215)697-2667. The DODSSP Customer Service Staff is available every business day between the hours
of 7:30 AM and 4:00 PM Eastern Time to answer your questions or assist in solving any problems you might encounter when ordering from the DODSSP collection of Defense specifications and standards, Federal specifications and standards used by DOD, and other DOD
standardization documents.
Mail requests should be submitted to:
Navy Publishing and Printing Service (Subscriptions)
Building 4D
700 Robbins Ave.
Phildelphia, Pa. 19111
Attn: DODSSP
Requests can be transmitted to DODSSP via FAX number (215)697-1462.
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. Ordnance Documents (OD) - Ordnance Documents may be obtained by submitting a request to:
Commanding Officer
Naval Surface Warfare Center Port Hueneme Div
Code 5A00
Port Hueneme, California 93043
E. 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.
F. 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
G. 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
H. 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
I. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
p/n: 845-6556329-1