Public tender

CONTAINER,SHIPPING

This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.

Source ID: edab7078a8614c0f8d732b1891c3ad8b

PublishedUnited States

Scope overview

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1 EA|365 DAYS AFATA|0001AB|1 LO|180 DAYS ADO||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||TBD| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|332439|500||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| THIS AMENDMENT IS BEING ISSUED TO EXTEND THE SOLICITATION PERIOD. THIS SOLICITATION IS HEREBY EXTENDED UNTIL 26 DECEMBER 2025. ALL PROPOSALS MUSTBE SUBMITTED PRIOR TO THIS CLOSING DATE. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ THIS PROCUREMENT HAS BEEN SET ASIDE FOR SMALL BUSINESS. This item requires engineering source approval by the design activity in order to maintain the quality of the part. If you have not manufactured this item before for DLA Aviation Philadelphia and want to become an approved source of supply,please contact the buyer to inquire about Source Approval Request procedures. \

  • SCOPE

1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 Container shell material is ;Aluminum; . 1.3 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;BUYER ON PAGE 1 OF CONTRACT; or code N241.10 1.4 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Champion Company; drawing number ( ;94231; ) ;20140; , Revision ;latest; and all details and specifications referenced therein. 1.5 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. 1.6 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.

  • APPLICABLE DOCUMENTS

DRAWING DATA=DL20140 |94231| | |D| | | | DRAWING DATA=15930 |80132| C| |D| | | | DRAWING DATA=20140 |94231| | |D| | | |

  • REQUIREMENTS

Contact the contracting officer listed on page 1 block 5 of the contract for test facility location. 3.1 One third (1/3) unit of desiccant (MIL-D-3464, Type II nondusting) per cubic foot of container interior volume shall be placed in desiccant holder of each container at time of shipment. 3.2 At faying surfaces, discontinuous welds, or other areas where atmospheric liquids may be retained by capillary action, the crevice shall be sealed using Sealing Compound MIL-S-81733 or equivalent. 3.3 Reference to Cadmium plating shall be deleted and the following substituted: "Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3." 3.4 The shock mount listed in the drawing package (whether identified as sole source, recommended, or suggested) has been tested and approved for the shock mitigation system of this container. No other shock mount may be substituted without written permission of Naval Inventory Control Point, Philadelphia unless an alternate is specifically indentified in this contract. ;No other mount; is an approved alternate mount. All containers must be affixed with a nameplate that includes a Unique Identification (UID) marking as referenced in the drawing package Drawing ;(80132) 15930; and IAW Mil-STD-130 latest revision. The contractor shall contact NAVICP code ;BUYER ON PAGE 1; or code 0771.10 for the alphanumeric sequential serial number group that makes up part of the UID. The UIDwill be included on the nameplate in data matrix format. 3.5 Welding and welder qualifications shall be in accordance with AWS D1.1 for steel, AWS D1.2 or MIL-W-22248,Class 4 for aluminum, AWS D1.3 for sheet steel and AWS D1.6 for stainless steel. Proper controls shall be used to prevent melt through or burn through. For aluminum, filler for welding 6061 alloy shall be 4043: filler for welding 5000 series alloys to themselves or to 6061 shall be 5356 or 5556. In addition,welding and weld inspection shall include: (1) Visual inspection shall include 5X (5power) magnification when a suspect condition is to be examined beyond the capability of normal vision. (2) Critical and major welds may be subjected to further non destructive testing (such as dye penetrant inspection)as prescribed by the buying activity. (3) Proper documentation shall be available for review by Government personnel. 3.6 WORK INSTRUCTIONS. Work instructions shall be posted at theoperator's work station giving procedures to control the welding process, i.e., filler material, weld size, electrical and gas characteristics, including flow rate. 3.7 MATERIALS AND MATERIALS CONTROL. The quality program shall assure that the materials used in fabrication or processing, i.e., base metals and weld filler material, be inspected and conform to the applicable physical, chemical and other technical requirements (supplier's certification is sufficient). 3.8 CONTROLS. Weld filler materials shall be clearly identified and segregated from each other both when in storage and at the work station. Work station environment shall be controlled to prevent conditions adverse to proper gas shielding. 3.9 CLEANING. Parts to be welded shall be cleaned to remove surface soils such as oils, waxes, grease, inks, etc. except that uninhibited alkaline solutions such as sodium hydroxide shall NOT be used. 3.10 DEOXIDIZING. The cleaned parts shall be chemically deoxidized NO MORE THAN 10 DAYS PRIOR TO WELDING to remove thick surface oxide films. (If the material or work is exposed to an outdoor environment, this time limit shall be reduced to a maximum of 3 days, to account for atmospheric effects.) Mechanical cleaning methods shall be applied just prior to the actual start of welding, to remove any reoxidation or residual thin oxide films. 3.10.1 CHEMICAL TREATMENT. An acid deoxidizing treatment shall be applied by either immersion or brushing/wiping. Deoxidizers acceptable for use shall include nitric acid, sulfuric chromic, phosphoric chromic, or equivalent solutions. Sodium hydroxide solutions shall not be used. Care shall be taken to assure 100% solution coverage of the area to be welded. To allow an adequately sized deoxidized area for good welding, the solution shall be applied to an area extending at least 2 inches from the weld site, or ending at any closer adjacent edge. 3.10.2 MECHANICAL MEANS. Immediately prior to welding, mechanical cleaning methods shall be applied to the weld areas previously chemically treated to assure removal of residual or reformed oxides, if any. Acceptable methods of mechanical cleaning include stainless steel wire brushing, scraping, filing, or sanding. However, abrasives containing iron and its oxides, steel wool and wire, and copper alloy based wire, which may become embedded with galvanically active metals and accelerate corrosion of aluminum alloys shall NOT be used. Mechanical methods shall be vigorous enough to adequately remove any residual oxide films, but gentle enough to avoid forming an excessively rough surface in the comparatively soft metal underneath. Welding and welder qualifications shall meet current AWS D1.2 standards. Additionally, cleaning preperations shall be in accordance with MIL-C-5541 and the cleaning paragraph located in the welding requirements section of the contract When a First Article is required, the contractor shall submit a paper copy of the drawings (size 11" X 17"), contracts and approved ECP's ECO's, deviations waivers, and modifications in the records recepticle or inside the container submitted for the First Article. Contact code ;BUYER FOUND ON PAGE 1 OF THE CONTRACT; or code N241.10 to arrange for First Article Test location If serial numbers are required for this contract. Each container shall be assigned a serial number, with the first on the contract being "0001," then "0002," and so on. If a nameplate drawing exists that establishes an acronym convention, the serial numbers will replace the "XXXX." If an acronym has not been explictly defined, the acronym placeholder may be omitted from the serial number line, leaving only the four-digit serial number.

  • QUALITY ASSURANCE

4.1 The tests to be performed under the First Article approval clause (FAR 52.209-4) of the contract are listed below. 4.1.1 Dimensional test (special) ;to drawing (94231) 20140 and subdrawings is applicable; 4.1.2 Requirements of: ;to drawing (94231) 20140 and subdrawings is applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies; 4.1.5 Function ;per 100% production leak test; 4.1.6 Compliance with drawing ( ;94231; ) ;20140; , Revision ;latest; and specifications referenced therein. 4.2 In addition to the above tests, the First Article(s) to be delivered hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with contract requirements requirements. 4.3 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during testing. 4.4 The cost of the Government testing effort set forth in this solicitation is estimated to be $ ;$12,000; for the first article testing. This cost factor will be added, for solicitation purposes, to the price of all offerors for whom the government will require such testing. 4.5 Disposition of FAT samples 4.5.1 ;zero; Sample(s) shall not be returned to the contractor because they shall be destroyed during testing. 4.5.2 ;all; Unless otherwise provided for in the contract, sample(s) shall be returned to the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval from the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. ;N/A; Sample(s) shall be returned to the contractor but shall not be considered as production due. 4.6 Test Sample Coating Instructions 4.6.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative.This paragraph does NOT apply to shipping containers. 4.7 FAT Approval Criteria 4.7.1 FAR 52.209-4 applies (A) The contractors shall deliver ;one(1); ; unit(s) of the following CAGE ( ;94231; ; ) Part Number ;20140; ; , Revision ;latest; ; within ;120; ; calendar days from the date of this contract to the Government at ;Contact BUYER on page 1 for test location; ; Marking of test sample(s) shipping container shall be as follows, citing this contract number: "FOR FIRST ARTICLE TESTING. NOT RFI MATERIAL. DO NOT TAKE UP IN STOCK CONTRACT NUMBER:____________" For First Article Test, the shipping documentation shall contain this contract number and lot/item identification. The characteristics that the First Article must meet and the testing requirements are specified elsewhere in this contract. (B) Upon shipment of First Article sample(s), two (2) copies of the Material Inspection and Receiving Report (DD Form 250) bearing the QAR's signature and indication of preliminary inspection shall be forwarded to the NAVICP- Philadelphia code cited in Block 10.a of SF33, with duplicate copies to NAVICP code 072 and to the designated test facility. The envelopes shall be clearly marked: "DO NOT OPEN IN MAIL ROOM". Within ;90; ; days after receipt of the samples, the test site shall complete testing/evaluation and submit two (2) copies of their test report with conclusions and recommendations to the NAVICP code cited in Block 10.a of the SF33. (C) Within ;120; ; calendar days after the Government receives the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request, shall submit an additional First Article for testing. After each request, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional First Article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this First Article within the time limit specified in paragraph (B) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to deliver any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract (F) Unless otherwise provided in the contract, the contractor - (1) May deliver the approved First Article as part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing: and (2) Shall remove and dispose of any First Article from the Government test facility at the contractors expense. (G) If the Government does not act within the time specified in paragraph (B) or (C) above the contracting officer shall, upon timely written request from the contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the First Article during any First Article test. (I) Before First Article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government (J) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to this effect with each First Article. (K) The contractor shall provide specific written notification to the procuring contracting officer informing him/her of the shipment of any article(s) furnished in accordance with this clause. Such notification must be addressed to the attention of the NAVICP code specified in Block 10.a of the SF33, with copies to NAVICP code 072 and to the testing activity. Failure to provide such notification shall excuse the Government from any delay in performing First Article Testing and informing the contractor of the results thereof. (L) Fourteen (14) days prior to shipment of First Article Samples, the contractor shall notify the designated test facility in writing of the anticipated shipping date, with an information copy to the PCO, NAVICP Philadelphia, Attn: (Cite code found in Block 10.a of the SF33). The contractor shall also arrange for preliminary inspection of test samples by the DCMC/QAR. 4.8 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, the Naval Inventory Control Point reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on Waiver of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date of Contract:__________ 4.9 100% PRODUCTION LEAK TEST. Each container, uninstrumented and without dummy load, shall be raised to a height of 18 inches and allowed to fall freely to a concrete or similarly hard surface, landing flat on its base. The container shall then be prepared for testing by sealing all breathing devices and inserting suitable pressurized fittings and gauges. The container shall be closed and sealed in a normal manner. The pneumatic-pressure technique of method 5009 of Federal Test Method Standard No. 101C shall be used to detect leakage. An initial pressure setting equal to 1.0 + 0.1 - 0 PSIG shall be used. After stabilization, pressure shall be monitored for thirty minutes. Any loss in pressure in excess of 0.05 PSIG (adjusted for changes in temperature and barometric pressure) shall be cause for rejection. WARNING Container may explode or fasteners may fail during test. Use protective barriers to avoid injury to personnel. ALL COSTS AND RESPONSIBILITIES RELATED TO FIRST ARTICLE TEST SUBMISSION AND CONTAINER SHIPMENT TO AND FROM THE FIRST ARTICLE TEST FACILITY BELONG TO THE CONTRACTOR First Article Testing (FAT) performed by the designated test facility shall include:

  • A visual and dimensional inspection performed in accordance with drawing package (94231)00201400000.
  • Initial Leak Test: An air pressure fitting shall be installed in place of oneof the container's inspection ports. The container shall be pressurized to 1.00 +/- 0.05 psig. Allow the container to stabilize for 30 minutes. After the stabilization period, the

pressure shall be monitored for 30 minute. Any pressure loss in excess of 0.05 psi shall be cause for rejection.

  • 18-inch Free Fall Drop Test: The loaded container shall be raised to a heightof 18 inches in a horizontal attitude. It shall be released from a drop hook, free falling flat on the base to an unyielding surface. Any cracked welds, deformation, or damage to the

container shall be cause for rejection.

  • Final Leak Test: This test to be performed in the same manner as previously- Form and Fit Check (actual item): The end-item shall be placed in thecontainer using the installation instructions provided. Any inadequacies, fitissues or interferences shall be

noted and recorded. The government isresponsible to provide an item to perform the form and fit test. An item maybe shipped to the FAT facility location or, if the end-item cannot be moved,the FAT container may be shipped to an external location. (NIIN:01-589-7584) or equivalent (F condition is preferred) to the assigned First Article Test site upon request from N241 Engineering in order tocomplete First Article Testing in accordance with the terms of this contract.If item is unable to be sent to the test site, the container may be sent toitem location with proper coordination. NAVSUP Supply Planner should contactNAVSUP WSS N241 Engineering for test site Point of Contact..

  • PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
  • NOTES - NOT APPLICABLE
StatusPublished
CountryUnited States
Publish dateDec 10, 2025
Submission deadlineDec 26, 2025
Estimated value
BuyerDEPT OF DEFENSE.DEFENSE LOGISTICS AGENCY.DLA AVIATION.DLA AVIATION PHILADELPHIA.DLA AVIATION AT PHILADELPHIA, PA
CityPHILADELPHIA

Buyer & contacts

Contacts available
3 fields (name, email, phone, organization) are unlocked for subscribers.
Unlock details
Contact name
LockedSubscribe to view
Email
LockedSubscribe to view
Organization
LockedSubscribe to view

Similar tenders

United StatesOtherPublished

Sole Source Maintenance Contract for Specialized Laboratory Equipment

The Commander Fleet Readiness Centers intends to award a sole source purchase order to Tescan USA Inc. for annual preventative maintenance and calibration of two specialized laboratory instruments. The contract includes a base year with four option years. The procurement is justified because Tescan is the original equipment manufacturer with proprietary rights, and no other sources can satisfy the requirements.

Published: Dec 11, 2025Deadline: Dec 15, 2025ID: ff115254a7d9478cb720586b6ae699d1
United StatesOtherPublished

Updated Price Quote Schedule for Medical Supplies Procurement

The procurement notice announces updated quantities for medical supplies, with an extended response deadline of December 18, 2025, at 12:00 PM. All other terms and conditions from the original solicitation remain unchanged. Bidders should refer to the referenced documents for complete requirements.

Published: Dec 11, 2025Deadline: Dec 18, 2025ID: ff8d51b72ac14ebda0a49c9c96cc3850
United StatesOtherPublished

47--CONNECTION,FLEXIBLE, IN REPAIR/MODIFICATION OF

CONTACT INFORMATION|4|N743.24|WVQ|N/A|ashton.k.perry.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |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|WSS MECH| CONTRACT DEFINITIZATION (MAY 2023)|5|Firm Fixed Price|Firm Fixed Price|Vendor shall complete a Teardown & Evaluation of the carcass and submit a Firm-Fixed Price quote within 90 days of Contract Effective Date.|Firm Fixed Price|TBD| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| 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||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750 employees|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. Qty of this solicitation is increased from 18 to 22. 2. All else remains unchanged and in full effect. \ 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. 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 here in. 4. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Weld procedure and qual data 120 days adc LT Approval of weld procedures and qual data 60 days after receipt PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS SD APPROVAL OF PR 30 DAYS AFTER RECEIPT Final delivery of material will be on or before 200 days after effective dateof the resulting contract. 5. Any contract 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). 6. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 7. This is a Level 1 Repair. 8. Please submit: ESTIMATED (EST) pricing or FIRM FIXED PRICE (FFP). This includes the teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. See statement of work in solicitation. Please also provide an approximate cost of new item if available. 9. A beyond repair (BR)/ beyond economic repair (BER) price shall also beprovided in addition to the repair price at time submission of quote. 10. Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. 11. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA25 for further details. \ 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. 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 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. 2.2.3 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;300057 27826 H B 299944 27826 G B 299948 27826 B B 299950 27826 B B 299953 27826 D B 299955 27826 A B 299952 27826 C B 300027 18444 F B 302373 27826 -- B 302374 27826 -- B 302375 27826 -- B 302376 27826 -- B ; DOCUMENT REF DATA=FF-S-86 | | |G |210127|A| | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-A574 | | | |120401|A| | | DOCUMENT REF DATA=ASTM-F606 | | | |191115|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | | |950515|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ASTM-D4066 | | | |130601|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=MIL-C-15726 | | |F |911008|A| 1| | DOCUMENT REF DATA=MIL-T-16420 | | |K |880916|A| 1| | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-18240 | | |F |000313|A| 1| | DOCUMENT REF DATA=QPL 18240 | | |QPD|101110|A| | | DOCUMENT REF DATA=MIL-DTL-24202 | | |A |171017|A| | | DOCUMENT REF DATA=MIL-C-24679 | | | |880506|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |181118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-003-8000 | | | |740701|A| |02| DOCUMENT REF DATA=AIA/NAS NASM 17828 | | |1 |130430|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| |01| DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markings to each unit throughout refurbishment. 3.1.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification a and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.1.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications are not required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications are not available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.1.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identified above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.1.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Murdock Drawing 299944, Assembly 299944-100; , except as amplified or modified herein. This applies to all "Parts Requiring Certification" as identified elsewhere in this Contract/Purchase Order. 3.1.6 ADDITIONAL SOW REQUIREMENTS - ;N/A; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ; Body, item 1 and Attach Flange, item 5 on Murdock Drawing 299944; Back Flange, item 14 on Oil States Drawing 300027; Thread End, item 3 on Murdock Drawing 299953 or item 6 on Murdock Drawing 302376; Flare End, item 9 on Murdock Drawing 299953 or item 5 on Murdock Drawing 302376; Material - ;MIL-C-15726, alloy C71500 or MIL-C-24679, alloy C71500; Part - ;Stud, item 8 on Murdock Drawing 299944; Material - ;QQ-N-281, class A in accordance with MIL-DTL-1222 Type IV; PART - ;Self-Locking Nut, item 9 on Murdock Drawing 299944; MATERIAL - QQ-N-281, class A annealed (hot finished or cold drawn) or class B cold drawn. All material must be from the same class. SELF-LOCKING ELEMENT- ASTM-D4066, Group 01, Class 1 or 2, Grade 1 Part - ;Socket Head Cap Screw, item 7 on Murdock Drawing 299944; Material - ;FF-S-86, QQ-N-286, form 2, annealed and age hardened and marked .K., with Self-Locking Element in accordance with MIL-DTL-18240; Part - ;Elbow, item 10 on Murdock Drawing 299953 or item 1 on Murdock Drawing 302376; Material - ;MIL-T-16420, type I, composition 70/30 and in accordance with Murdock Drawing 300057 or Murdock Drawing 302375 and MIL-F-24202; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings is still required, but certifications are only required as listed below. Test - ;Dye Penetrant Inspection; Item - ;Body, Attach Flange, Back Flange, Thread End and Flare End; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;For MIL-C-15726 material use MIL-STD-2035 or 0900-LP-003-8000 For MIL-C-24679 forgings use MIL-C-24679; Test - ;Liquid Penetrant Inspection; Item - ;Socket Head Cap Screw, item 7 and Stud, item 8 on Murdock Drawing 299944; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-locking nut item 9 on Murdock drawing 299944; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027; Test - ;Dye Penetrant Inspection; Item - ;Elbow; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035 or 0900-LP-003-8000; Test - ;Visual or Dye Penetrant Inspection (Root layer if applicable); Item - ;Weldments; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035 or 0900-LP-003-8000; Test - ;Visual and Dye Penetrant Inspection (Final Layer); Item - ;Weldments; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035 OR 0900-LP-003-8000; Test - ;Proof Pressure Test; Item - ;Each Assembly; Performance - ;The test pressure of drawing 299944 Note 6 +50/-0 PSIG for 5 minutes minimum; Acceptance - ;No leakage or permanent deformation is allowed; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ASTM-D4066, Group 01, Class 1 or 2, Grade 1 Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027; Acceptance - ;NASM25027; Attribute - Annealing and Age Hardening Item - ;Socket Head Cap Screw; Performance - QQ-N-286 Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. 3.4 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG/-0PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of thesmallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. 30 minutes / - 0 minutes. above 2500 PSIG, the pressure tolerance must be +2%/-0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be + 60 minutes/- 0 minutes. 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 ;Recorded Dimensions - A certification of recorded dimensions as depicted in Note 6 of Murdock Drawing 300057 or Note 6 of Murdock Drawing 302375 is required. Certification must include the actual measured dimensions. At the time of receipt inspection, rejection of any single piece will be cause for rejection of the entire lot.; 3.7 ;Radiography is required for weldments and must be identified to the weld joint.; 3.8 Wedge Tensile Test Specimens (Headed fasteners) - A wedge tensile test must be conducted on a Full Size Fastener for each production lot and reported aspart of the Mechanical Properties. The required specimens for the Wedge Tensile Test must be separate fasteners from those required for the Yield Test. 3.8.1 Testing for Socket Head Cap Screws must be in accordance MIL-DTL-1222, paragraphs 4.5.2.3 and 4.5.2.3.1. 3.8.2 Testing for all other Headed Fasteners with a nominal diameter greater than 1/4-inch must be in accordance with ASTM-F606 for grades 5, 8, B7, and B16.For all other grades, the following wedge angles must be used. a. Except as specified in item c below, fasteners with a nominal diameter of 1/4-inch through 1-inch (inclusive) must be tested with a ten degree wedge. b. Except as specified in item c below, fasteners with a nominal diameter over 1-inch must be tested with a six degree wedge. c. Fasteners that are of grades 8, B7, B16, 410, 416, 416Se, 431, and 630 and are threaded within one diameter to the underside of the head must be tested as follows: Sizes 1/4 inch through 3/4 inch (inclusive) Use a six degree wedgeSizes over 3/4 inch Use a four degree wedge d. Fasteners which have passed testing with wedge angles greater than those specified should be considered acceptable. 3.8.3 For fasteners having a length less than the minimum specified in Table 1 of ASTM-F606, one "test specimen fastener" must be manufactured from each lot of fasteners and tested to represent that lot. The length of these test specimen fasteners must meet the minimum specified in table 1 of ASTM-F606 but must not exceed it by more than 1/4 inch. Test specimen fasteners must be the same type, style, and diameter as the production lot and must be manufactured from the same starting material, using the same manufacturing techniques as the production lot, and must be heat treated (if required) along with the production lot. 3.9 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. 3.10 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.10.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.10.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.11 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.12 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.13 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.14 Change Paragraph 3.2.5 of MIL-F-24202 to read: 3.2.5 All finished fittings must be furnished in the fully annealed condition. 3.2.5.1 After annealing, fittings produced from tubular stock must not exceed a maximum hardness of 51 rockwell 30T determined in the area of maximum bending or forming when manufactured in accordance with paragraph 3.2.3. 3.2.5.2 Fittings produced from bar, plate, or forgings in accordance with 3.2.4 must meet the hardness required by 3.2.5.1, except that the location for hardness tests may be any area of the finished fitting. 3.15 Changes to MIL-T-16420 Mechanical Properties (Table II): Copper Alloy Outside Tensile Yield Strength Elongation in and Temper Diameter Strength (.5% under load) 2" or 4x dia. 715 (70/30)...All.......50,000....18,000............30.0% (min) Fully Sizes Annealed 3.16 MIL-T-16420 UT Changes - Delete paragraph 3.4.3.4 and substitute: "3.4.3.4 Laminations. Tube required to meet the ultrasonic requirements specified in 3.4.3 must be examined for laminar discontinuities that present indications exceeding exploration threshold levels (20 percent for the contact method at +6 db; 30 percent for the immersion method at calibration) must be rejected." 3.16.1 In the second sentence of paragraph 4.4.7; delete "18 inch" and substitute "1 inch". In the last sentence, insert "3.4.3.4 and" before "3.8.2". 3.17 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 990997154; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.18 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.19 Welding or Brazing - When welding, brazing, and allied processes are required, they must be in accordance with S9074-AR-GIB-010A/278, (S9074-AQ-GIB-010/248 for brazing) by personnel and procedures qualified under S9074-AQ-GIB-010/248 for all production and repair welding and brazing. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.20 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.20.1 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. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.20.2 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/ 3.20.3 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 the product. 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 engineering change. 3.21 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. 3.22 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. 3.22.1 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. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.23 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.24 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.24.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.24.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") 3.24.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.24.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.24.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.24.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.24.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.24.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.24.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.24.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.24.11 See CDRL DI-MISC-80678 (Consumed Weld Metal) - A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.24.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.25 Radiography (RT) - Radiography must be performed in accordance with T9074-AS-GIB-010/271. RT acceptance criteria for weldments to be per the applicabletable of S9074-AR-GIB-010A/278 (P-1 piping) or MIL-STD-2035, class 1, as applicable. 3.25.1 Submission of radiographic shooting sketches for approval is not requiredfor weldments. 3.25.2 All pieces radiographed must be permanently marked with "RT" and a unique traceability number. (Unique traceability number must be directly traceable to the RT film.) 3.25.3 See CDRL DI-MISC-80678 (Production Radiography) - Production Radiographyrequires final acceptance by the Navy. The items listed below must be submitted for final acceptance, cataloging, file, and retention. They must be submitted and approved by the Navy prior to shipment of the applicable hardware. However, when the source certification clause is invoked, they must be submitted a minimum of forty-five (45) working days prior to the date of source certification inspection. (a) Film (b) RSS/RSSS (c) RS (d) DD250 (with heat numbers corresponding to RT numbers referenced in block 16) 3.26 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. 3.26.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.26.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative 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. 3.26.3 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. 3.26.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.26.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.27 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. 3.27.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative 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. 3.27.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.28 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. Such inspection can only be requested by or under authorization of the Government representative. 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 this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.28.1 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. 3.28.2 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. 3.28.3 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. 3.28.4 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. 3.28.5 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. 3.29 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: 3.29.1 Visual examination upon receipt to detect damage during transit. 3.29.2 Inspection for completeness and proper type. 3.29.3 Verification of material quality received. 3.29.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.29.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.29.6 Identification and protection from improper use or disposition. 3.29.7 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. 3.29.8 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. 3.29.9 Material returned to the contractor must be handled as GFM. 3.30 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. 3.30.1 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. 3.31 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat 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. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.31.1 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, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.31.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.31.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.31.4 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Marking area to be as shown on drawing. Marking for Self-Locking Nuts to be on the hex flats.; 3.32 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: 3.32.1 Quantitative chemical and mechanical 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. 3.32.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER _____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.32.3 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. 3.32.4 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. 3.32.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.33 Material Handling - The written material control process must include the following: 3.33.1 All raw materials must have traceability markings (except as specified below). 3.33.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.33.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.33.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.33.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.33.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.34 Receiving inspection - 3.34.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.34.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.35 Discrepancy reporting - 3.35.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR). 3.36 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.36.1 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 sampling plan(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. 3.36.2 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. 3.36.3 All data concerning material verification (chemical, mechanical or physical 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. 3.36.4 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible. 3.37 Additional Marking for Fasteners - Fasteners must be marked in accordance with ;MIL-DTL-1222, except the Self-Locking Hex Nuts must be marked in accordance with NASM 17828; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.37.1 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Self-Locking screws must also be marked with six dots. Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.37.2 In addition to all other marking, the cure date of the molded seal must be marked on the outside of each unit package. 3.38 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) 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 DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. 4.1.2 DCMA QAR and 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 applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and 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 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 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 the material supplied conforms to the specified requirements. 6.1.9 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. 6.1.10 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. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - 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. 6.1.13 Waiver - A written authorization to accept an item, which during manufac

Published: Dec 11, 2025Deadline: Dec 11, 2025ID: f032cc6a582d494980c3c444dcd0e9cc
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.