BRAZING ALLOY,SILVE

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 34 - Metalworking Machinery
Posted: Apr 3, 2023
Due: Apr 21, 2023
Solicitation No: N0010423QFC78
Publication URL: To access bid details, please log in.
Follow
34--BRAZING ALLOY,SILVE
Active
Contract Opportunity
Notice ID
N0010423QFC78
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2023 03:51 am EDT
  • Original Date Offers Due: Apr 21, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3439 - MISCELLANEOUS WELDING, SOLDERING, AND BRAZING SUPPLIES AND ACCESSORIES
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N743.30|WVL|N/A|SCOTT.R.YOUNGBLOOD2.CIV@US.NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
GENERAL INFORMATION-FOB-DESTINATION|1|A|
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material|N/A|TBD|TBD|TBD040|N39040|N50286|TBD|133.2|N/A|N/A|N39040|N/A|N/A|SEE DD FORM 1423 |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 (JAN2023))|3||||
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|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 CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|333992|1,250||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
DD1423 Data Item A001 may be waived if already on file atNAVSUP 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).
This item is a Non GSI requirement. Items with no GSI are shipped directly to PNSY for acceptance after the material is manufactured and shall be DD (destination/destination) for material and certifications.
NAVSUP WSS Mechanicsburg will be considering past performance in the evaluationof offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000.
If drawings are included in the solicitation, access needs to berequested on the individual solicitation page on ContractsOpportunities on the Governments SAM website. After requesting access, send an email to the Primary POC listed on the solicitation.
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.
1.2 Refined silver will be supplied as Government Furnished Material.
1.3 Refined silver will be supplied as Government Furnished 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
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 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.
DRAWING DATA=1385942 |80064| G| |D|0001 | G|49998|0387791
DRAWING DATA=1385942 |80064| G| |D|0002 | G|49998|0222523
DRAWING DATA=1385942 |80064| G| |D|0003 | G|49998|0151878
DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | |
DOCUMENT REF DATA=QQ-B-654 | | |A |840210|A| 1| |
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-I-45208 | | |A |810724|A| 1| |
DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | |
DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | |
3. REQUIREMENTS
3.1 ;Silver Brazing Ring, Size 5 Inch NPS, to be in accordance with Naval Sea Systems Command Drawing 803-1385942, Piece 11, 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 - ;Silver Brazing Ring;
Material - ;QQ-B-654, Grade BCuP-5 (Chemicals only);
3.3 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.
3.4 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.
3.4.1 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. 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.
3.4.2 Requests for Waivers/Deviations for NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/
3.4.3 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 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.
3.5 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.
3.5.1 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.
3.6 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.
^ QUALITY ASSURANCE REQUIREMENTS ^
3.7 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.alternate.
3.7.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government to determine the system's effectiveness in meeting the quality requirements
established in the Contract/Purchase Order.
3.7.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer 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.
3.7.3 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.
3.7.4 This contract provides for the performance of Government Quality Assurance at destination. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer.
3.7.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO.
3.8 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.
3.8.1 The supplier's gages, measuring and test equipment must be made available for use by the Government 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.
3.8.2 All documents and reference data applicable to this contract must be available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the
Government.
3.9 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. 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 order, promptly notify the Prime Contractor who will notify the PCO so that appropriate
planning for Government inspection can be accomplished.
3.9.1 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.
3.9.2 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.
3.9.3 The prime contractor must ensure that the purchased product conformsto 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.
3.9.4 The prime contractor must evaluate the requirements of the contractand 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.
3.9.5 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.
3.10 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:
3.10.1 Visual examination upon receipt to detect damage during transit.
3.10.2 Inspection for completeness and proper type.
3.10.3 Verification of material quality received.
3.10.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage.
3.10.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation.
3.10.6 Identification and protection from improper use or disposition.
3.10.7 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.
3.10.8 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.
3.10.9 Material returned to the contractor must be handled as GFM.
3.11 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. Materials requiring Traceability and Certification Data are identified within Paragraph 3,
Section C of this contract/purchase order.
3.11.1 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 and elsewhere in this Contract/Purchase Order.
3.12 Material Traceability - The certification data report must be identified through a unique traceability number or heat-lot 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. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component.
3.12.1 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, traceability marking is required. Permanent markings are not required. Traceability must be by a label attached to each unit container. The unit container identification label must include, in addition
to the contract number and the NSN (National Stock Number), all markings required for identity and traceability. Each container in the lot must contain material from the same traceability number or heat/lot, as defined in the applicable specification.
Identification marking must be in accordance with the applicable specification.
3.13 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:
3.13.1 Quantitative chemical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable,of the material supplied.
3.13.2 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.
3.13.3 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.
3.13.4 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected.
3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance.
3.14.1 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 samplingplan(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.
3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that 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.
3.14.3 All silver brazing alloy must be 100% inspected for traceability marking (material/unit container traceable to certifications), and that the marking is legible.
3.14.4 All data concerning material verification (chemical 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.
3.14.5 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible.
3.15 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 the Contractor -
4.1.1 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. The departure must be
considered a nonconformance and be submitted to the PCO for disposition.
4.1.2 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 record of these departures, traceable to the applicable part number and
contract number must be submitted to the PCO.
4.1.3 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.
4.1.4 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 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 he material supplied
conforms to the specified requirements.
6.1.7 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.
6.1.8 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.
6.1.9 Verification - An examination performed to determine compliance with a specific requirement.
6.1.10 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.
6.1.11 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.
6.1.12 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.
6.1.13 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety.
6.1.14 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
6.1.15 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major.
6.1.16 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.
6.1.17 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.
6.2 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 - 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
- May 16 2013 - Removed GSI from this Material.
- Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section.;
NO GSI INVOKED; DO NOT INVOKE CLAUSE 52.246-11

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.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 03, 2023 03:51 am EDTSolicitation (Original)

Related Document

Mar 30, 2023[Presolicitation (Original)] 34--BRAZING ALLOY,SILVE
Apr 7, 2023[Solicitation (Updated)] 34--BRAZING ALLOY,SILVE
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Information Innovation Office (I2O) Office-wide Active Contract Opportunity Notice ID HR001124S0003 Related

Federal Agency

Bid Due: 10/29/2024

Follow Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I) Active Contract

Federal Agency

Bid Due: 5/31/2024

Follow FD2030-23-01138-02 Active Contract Opportunity Notice ID FD2030-23-01138-02 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/09/2024

Follow FD2030-24-00069 Active Contract Opportunity Notice ID FD2030-24-00069 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/13/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.