CONTACT INFORMATION|4|N722.10|B4M|215-697-2486|jeremy.barney1@navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x||||||||||||||
TIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||
STOP-WORK ORDER (AUG 1989)|1||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo.||HQ0339|N00383|S0503A|S0503A|see schedule|Source|||||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 days until delivery of unit.|45 days after defect was found.|||||
SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2022)|4|||||
EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2|||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3||||
LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3||||
BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1||
ROYALTY INFORMATION (APR 1984)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|334419|750||||||||||||
FACSIMILE PROPOSALS (OCT 1997)|1||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|
All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or
sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to "issue" contractual documents asdetailed herein.
Early and incremental deliveries accepted.
\
1. SCOPE
1.1 . Markings shall be in accordance with MIL-STD-130.
1.2 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;L-3 Communications Corp; drawing number ( ;80080; ) ;L-6155; , Revision ;Basic & Subsequent; and all details and specifications referenced therein.
1.3 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be
provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification.
1.4 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C.
1.5 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document.
1.6 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be
provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification.
1.7 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this
procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer.
1.8 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by
IPC/EIAJ-STD-001C paragraph 5.1.4.
2. APPLICABLE DOCUMENTS
See Attachment 1. Note 1. (A)&(B).
3. REQUIREMENTS
See Attachment 1. Note 2.(A)&(B).
3.1 Items coated with yellow paint shall be totally stripped of yellow paint and repainted with white coating systems as follows:
3.1.1 Primary System
a. Pretreatment, for steel only, shall be MIL-C-10578. Pretreatment for aluminum is not authorized.
b. Primer shall be epoxy coating MIL-P-53022 Type II (VOC 340 G/L), available from:
1. Sherman Williams, (312) 821-3434
P/N E90WY14/V93VY9
2. PPG (216) 671-0056
P/N W423305
3. Niles (800) 253-7389
P/N 3580
c. If above materials are not available, the following materials are authorized for use:
1. Epoxy coating MIL-P-5302 Type II (VOC 420 G/L).
Where permitted by local environmental regulations.
2. Epoxy, water reducible, shall be MIL-P-5303
(VOC 340 G/L).
3. Topcoat Primer-Polyurethane shall be MIL-C-85285,
Type II (VOC 340 G/L) color number 17925 CF FED-STD-595.
d. All removed yellow paint should be treated as if it contains lead and chromates and proper safety and disposal procedures shall be adhered to.
4. QUALITY ASSURANCE
4.1 Review documentation as provided under DD 1423 requirements.
See Attachment 1. Note 3. (A),(B)&(C).
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES
Note 1.
(B) For "Applicable Documents" see Section 2.0 of NSWC-Crane's "Modernized' Band 5/6 OTWT S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract.
(A) Ext Document - "DD Form 254" is required - to be attached to this contract.
Note 2.
(B) For "Requirements" see Section 3.0 of NSWC-Crane's "Modernized" Band 5/6 OTWT S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract.
(A) Each manufactured "Modernized" Band 5/6 OTWT must pass classified testing per Raytheon's spec control Dwg P/N (49956) 373198 Rev P & Subsequent reqmts.
Note 3.
(B) For "Quality Assurance" see Section 4.0 of NSWC-Crane's S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract.
(C) When solicitation/contract cites NAVSUPWSSIA18, NAVSUPWSSIA19 or equivalent "Configuration Management" clause where Class 1 ECP(s) is(are) prepared I/A/W DI-CMAN-80639C and for Class II Deviation/Waiver(s) is(are) prepared I/A/W DI-CMAN-80640C with all
required info, then DD Form 1423 documents for such, shall not be attached as a CDRL requirement to this solicitation/contract.
(A) All QA data plans shall be directed to the DCMA/QAR for review/approval.
DATE OF FIRST SUBMISSION=ASREQ
DATE OF SUBSEQUENT SUBMISSION=ASREQ
Para. 10.1 : To be prepared and submitted I/A/W chapter 7 of the GIDEP operations manual, S0300-BT-PRO-010.
(1) The preparation of the "ALERT/SAFE ALERT" shall be limited to the use of the data generated elsewhere in the contract. No new data/reports shall be created solely for this data requirement. The effort required to satisfy this CDRL requirement shall not exceed
8 hours per issuance of an "ALERT/SAFE ALERT".
^^ Information for GIDEP Operations Center (OC) is :
Website : http://www.gidep.org
Electronic Mail : gidep@gidep.org
Phone : 951-898-3207
Fax : 951-898-3250
Mail : Gidep Operations Center
P.O. Box 8000
Corona. CA 92878-8000
^^ The preferred method to receive data at GIDEP is via Electronic Mail.