Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specificaiton section C|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
(JAN 2023)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receving Report |Material - Inspection & Acceptance at SOURCE Certifications - Inspection
at DESINATION & Acceptance at OTHER |TBD| N00104|TBD|Certifications - N39040; Material -S4306A |N50286|TBD|133.2|NA|NA|Certifications-N39040|NA|NA|See DD Form
1423|PORT_PTNH_WAWF_Notification@navy.mil| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE
2003)|6|one year from the date of delivery |one year from the date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION
2020-O0008)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE
(APRIL 2008))|2||x| 1. The resultant award of this solicitation will be issued bilaterally, requirig the contractors written acceptance prior to execution. 2. Any contract/orer awarded as
a result of this solicitation will be a "DO" rated order certifie for national defense use under the Defense Priorities and Allocations System (PAS). See 52.211-14, Notice of Priority
Rating for National Defense, Emergency reparedness, and Energy Program Use. 3. If drawings are included in the soliciation, access must be requested on the individual solicitation page on
ContractOpportunities via the Governments SAM.gov website. Include your CAGE code in yur request. 4. Unless otherwise stated on the DD1423, submission of DD1423 cerification data (CDRLs)
will be on or before 20 days prior to the material delivry date. PNSY review/acceptance of CDRLs shall be 6 working days after receipt f CDRLs. Final delivery of material will be on or
before 400 days after the effctive date of the contract. 5.This requirement requires access to NOFORN and/or Naval Nuclear Propulsion Infomation. See local text WSSTERMHZ12 for further
information. If you wish to obtan a copy of the drawings, please download the security agreement form from Contact Opportunities via SAM.gov and email the completed, signed form to
jill.l.saol.civ@us.navy.mil. 6. This requirement has a confidential drawing associated with it. The confidentia drawing is not needed to provide a quote nor is it necessary upon award
unlessthe winning offeror desires to perform a hydrostatic test. In the event the wining offeror desires to perform the hydrostatic test, a facility clearance and D254 will be required.
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 Identification of
Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security
Classification Specification (DD Form 254). The classified documents and security level are: ;830-6404016 - CONFIDENTIAL; 2.3 Applicable Documents - The document(s) listed below form a
part of this contract/purchase order including modifications or exclusions. 2.3.1 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. 2.3.2 "Document References" listed below must be obtained by the Contractor. Ordering information is
included as an attachment to this contract/purchase order. 2.3.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an
award is made. DRAWING DATA=5959311 |53711| C| |D|0001 | C|00026|0000000 DRAWING DATA=5959311C4 |53711| B|ER |D|0001 | B|00026|0000000 DRAWING DATA=6404016 |53711| B| |F|0001 |
B|00026|0000000 DRAWING DATA=6408784 |53711| G| |D|0001 | G|49998|0485147 DRAWING DATA=6408784 |53711| G| |D|0001.A | F|49998|0287643 DRAWING DATA=6408784 |53711| G| |D|0001.B |
G|49998|0472234 DRAWING DATA=6408784 |53711| G| |D|0001.C | G|49998|0558855 DRAWING DATA=6408784 |53711| G| |D|0001.D | G|49998|0550305 DRAWING DATA=6408784 |53711| G| |D|0001.E |
G|49998|0571760 DRAWING DATA=6408784 |53711| G| |D|0001.F | G|49998|0394198 DRAWING DATA=6408784 |53711| G| |D|0001.G | F|49998|0365994 DRAWING DATA=6408784 |53711| G| |D|0001.H |
F|49998|0416942 DRAWING DATA=6408784 |53711| G| |D|0001.J | G|49998|0479318 DRAWING DATA=6408784 |53711| G| |D|0001.K | C|49998|0225968 DRAWING DATA=6408784 |53711| G| |D|0001.L |
E|49998|0295546 DRAWING DATA=6408784 |53711| G| |D|0001.M | C|49998|0238215 DRAWING DATA=6408784 |53711| G| |D|0001.N | D|49998|0225359 DRAWING DATA=6408784 |53711| G| |D|0001.P |
E|49998|0245921 DRAWING DATA=6408784 |53711| G| |D|0001.R | E|49998|0141705 DRAWING DATA=6408784 |53711| G| |D|0002 | G|49998|0314749 DRAWING DATA=6408784 |53711| G| |D|0002.A |
G|49998|0295580 DRAWING DATA=6408784 |53711| G| |D|0002.B | G|49998|0309802 DRAWING DATA=6408784 |53711| G| |D|0002.C | G|49998|0297839 DRAWING DATA=6408784 |53711| G| |D|0002.D |
G|49998|0306373 DRAWING DATA=6408784 |53711| G| |D|0002.E | G|49998|0291975 DRAWING DATA=6408784 |53711| G| |D|0002.F | G|49998|0300432 DRAWING DATA=6408784 |53711| G| |D|0002.G |
G|49998|0249846 DRAWING DATA=6408784 |53711| G| |D|0002.H | G|49998|0315473 DRAWING DATA=6408784 |53711| G| |D|0002.J | G|49998|0290477 DRAWING DATA=6408784 |53711| G| |D|0002.K |
G|49998|0306289 DRAWING DATA=6408784 |53711| G| |D|0002.L | G|49998|0304890 DRAWING DATA=6408784 |53711| G| |D|0002.M | G|49998|0335217 DRAWING DATA=6408784 |53711| G| |D|0002.N |
G|49998|0272254 DRAWING DATA=6408784 |53711| G| |D|0003 | F|49998|0220529 DRAWING DATA=6408784 |53711| G| |D|0003.A | F|49998|0157992 DRAWING DATA=6408784 |53711| G| |D|0003.B |
G|49998|0240006 DRAWING DATA=6408784 |53711| G| |D|0003.C | F|49998|0147720 DRAWING DATA=6408784 |53711| G| |D|0003.D | F|49998|0149083 DRAWING DATA=6408784 |53711| G| |D|0003.E |
F|49998|0188053 DRAWING DATA=6408784 |53711| G| |D|0003.F | F|49998|0250438 DRAWING DATA=6408784 |53711| G| |D|0003.G | F|49998|0208998 DRAWING DATA=6408784 |53711| G| |D|0003.H |
G|49998|0284381 DRAWING DATA=6408784 |53711| G| |D|0003.J | G|49998|0314647 DRAWING DATA=6408784 |53711| G| |D|0003.K | F|49998|0258080 DRAWING DATA=6408784 |53711| G| |D|0003.L |
F|49998|0245590 DRAWING DATA=6408784 |53711| G| |D|0003.M | F|49998|0143929 DRAWING DATA=6408784 |53711| G| |D|0003.N | F|49998|0140630 DRAWING DATA=6408784 |53711| G| |D|0003.P |
F|49998|0149944 DRAWING DATA=6408784 |53711| G| |D|0003.R | F|49998|0192941 DRAWING DATA=6408784 |53711| G| |D|0003.T | G|49998|0257600 DRAWING DATA=6408784 |53711| G| |D|0003.U |
F|49998|0143214 DRAWING DATA=6408784 |53711| G| |D|0003.V | F|49998|0150759 DRAWING DATA=6408784 |53711| G| |D|0003.W | F|49998|0199783 DRAWING DATA=6408784 |53711| G| |D|0003.Y |
F|49998|0150738 DRAWING DATA=6408784 |53711| G| |D|0004 | F|49998|0152567 DRAWING DATA=6408784 |53711| G| |D|0004.A | F|49998|0153261 DRAWING DATA=6408784 |53711| G| |D|0004.B |
F|49998|0153232 DRAWING DATA=6408784 |53711| G| |D|0004.C | G|49998|0286081 DRAWING DATA=6408784 |53711| G| |D|0004.D | G|49998|0297409 DRAWING DATA=6408784 |53711| G| |D|0004.E |
F|49998|0194149 DRAWING DATA=6408784 |53711| G| |D|0004.F | F|49998|0199753 DRAWING DATA=6408784 |53711| G| |D|0005 | F|49998|0191745 DRAWING DATA=6408784 |53711| G| |D|0006 |
F|49998|0249711 DRAWING DATA=6408784 |53711| G| |D|0007 | F|49998|0216570 DRAWING DATA=6408784 |53711| G| |D|0008 | F|49998|0211254 DRAWING DATA=6408784 |53711| G| |D|0009 |
F|49998|0218828 DRAWING DATA=6408784 |53711| G| |D|0010 | F|49998|0127037 DRAWING DATA=6408784 |53711| G| |D|0011 | G|49998|0278990 DRAWING DATA=6408784 |53711| G| |D|0012 |
G|49998|0239278 DRAWING DATA=6408784 |53711| G| |D|0013 | G|49998|0310649 DRAWING DATA=6408784 |53711| G| |D|0014 | G|49998|0237699 DRAWING DATA=6408784 |53711| G| |D|0015 |
F|49998|0108453 DRAWING DATA=6408784 |53711| G| |D|0016 | F|49998|0108785 DRAWING DATA=6408784 |53711| G| |D|0017 | F|49998|0111575 DRAWING DATA=6408784 |53711| G| |D|0018 |
F|49998|0119999 DRAWING DATA=6408784 |53711| G| |D|0019 | F|49998|0148631 DRAWING DATA=6408784 |53711| G| |D|0020 | F|49998|0152166 DRAWING DATA=6408784 |53711| G| |D|0021 |
F|49998|0130943 DRAWING DATA=6408784 |53711| G| |D|0022 | G|49998|0223526 DRAWING DATA=6408784 |53711| G| |D|0023 | F|49998|0115733 DRAWING DATA=6408784 |53711| G| |D|0024 |
F|49998|0115543 DRAWING DATA=6408784 |53711| G| |D|0025 | F|49998|0100554 DRAWING DATA=6408784 |53711| G| |D|0026 | F|49998|0160953 DRAWING DATA=6408784 |53711| G| |D|0027 |
F|49998|0198229 DRAWING DATA=6408784 |53711| G| |D|0028 | F|49998|0151387 DRAWING DATA=6408784 |53711| G| |D|0029 | F|49998|0233249 DRAWING DATA=6408784 |53711| G| |D|0030 |
F|49998|0126688 DRAWING DATA=6408784 |53711| G| |D|0031 | G|49998|0165644 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |130701|A| | | DOCUMENT
REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=SAE AMS 2631 | | |E |171201|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D
|171201|A| | | 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| | | DOCUMENT REF DATA=0900-LP-001-7000 |
| | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG
A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Parts Kit for a size 1 1/2 inch Ball Valve consisting of one Ball, Find No. 9, and two mating Seats, Find No. 189, to be in accordance with
Naval Sea Systems Command Drawing 801-6408784 and engineering report 5959311C4, 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 - ;Ball - Find No. 9; Material - SAE-AMS-6931 OR Centrifugally cast
6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as
specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must
be applied. Part - ;Seats (Q3) - Find No. 189; Material - MD71-GG Mearthane (Graphite Filled Urethane). Material must be manufactured by Mearthane Products Inc. Cranston, RI. (Properties
Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Hardness D2240 70 +/- 5 Shore D (B) Specific Gravity D792 1.18 +/- 0.02 (C) Tensile Strength D412 (DIEC) 5000 PSI MIN (D)
Compression-Defl D575 700 PSI MIN @ 2% DEF. (E) Tensile Impact D1822 300 FT-LB/SQ IN (Note 1) (TYPE L SPECIMEN) (F) Water Absorption D570 1.5% MAX (1 Week at R.T.) Note 1: These values
are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 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 -
Hydrostatic Test Item - Each Ball Performance - 30 minutes at ;150% of Item 5 of confidential drawing 6404016; with stem hole plugged Acceptance - No weeping, leakage, or permanent
deformation. The following may be substituted by manufacturers who do not posess a hydrostatic test fixture: Test - Dye Penetrant Inspection Item - Each Ball Performance -
T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 (Castings) / MIL-STD-2035 (Wrought) Test - ;Ultrasonic Inspection on Starting Material; Item - ;Ball - Find No. 9 (If Starting
Material per SAE-AMS-6931); Performance - ;In accordance with SAE-AMS-6931 and SAE-AMS-2631; Acceptance - ;In accordance with SAE-AMS-2631; Test - Non-Destructive Tests Item - ;Weld
Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 Seat Stack Height
Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball
diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from
the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with
sufficient spherical surface to check the above dimension. 3.5 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon
Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;2. C.; of drawing ;803-5959311; . 3.5.1 Naval Ordnance
Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.6 Confidential
Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;Drawing 830-6404016 Rev B; and the item number to which the item was tested in lieu of the
actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.7 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 / -0 PSIG. 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 the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure
tests 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. 3.8 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the
ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.9 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by
Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248
for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as
applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.10 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. 3.10.1 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. 3.10.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS
Contracting Specialist via eMail. 3.10.3 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. 3.11 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. 3.12 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. 3.13 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. 3.13.1 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 ^ 3.14 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 contractors name, address and date,
quantity inspected, identified to the contract/purchase order and item number, and the Contractors or authorized personnels 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. 3.15 Welding Requirements - 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. 3.15.1 Approval of the Contractors qualification data must be obtained prior to performing any
welding (production or repair). 3.15.2 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) 3.15.3 The PCOs 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, S9074-AR-GIB-010A/278,248d
the contract. 3.15.4 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. 3.15.5
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. 3.15.6 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. 3.15.7 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. 3.15.8 Preparation and retention of weld records is required, as specified by
paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.15.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan,
and active welder qualification must also be submitted for review and approval. 3.15.10 If the contractors 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 contractors
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. 3.15.11 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. 3.15.12 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. 3.16 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. 3.16.1 The Contractors quality system and products
supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the systems effectiveness in
meeting the quality requirements established in the Contract/Purchase Order. 3.16.2 The Contractors 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 The suppliers 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 suppliers personnel must be made available for operations of such devices
and for verification of their accuracy and condition. 3.17.2 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. 3.18 Subcontractor
Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractors 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 subcontractors 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." 3.19 The prime contractors 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. 3.19.1 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. 3.19.2 The prime contractor must ensure that the purchased product conforms to 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. 3.19.3 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in
accordance with the prime contractors requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the
government. 3.19.4 The prime contractors 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. 3.20 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: 3.20.1 Visual examination upon receipt to detect damage during transit. 3.20.2 Inspection
for completeness and proper type. 3.20.3 Verification of material quality received. 3.20.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against
damage from handling and deterioration during storage. 3.20.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory
operation. 3.20.6 Identification and protection from improper use or disposition. 3.20.7 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. 3.20.8 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. 3.20.9 Material returned to the contractor must be handled as GFM.
3.21 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.
3.21.1 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. 3.22 Material Traceability - The certification data
report must be identified through a unique traceability number, heat-lot number, or heat-treat number for metallic material or batch of non-metallic material, as applicable, which must
also be marked on the material. This traceability marking on the material must provide direct traceability to the materials 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. 3.22.1 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. 3.22.2 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. 3.22.3 Permanent marking must be legible and
must be located so as to not affect the form, fit, and function of the material. ;Balls are to marked in the waterway. Seats are to be marked on the outer cylindrical surface.; 3.22.4
Seat Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which must only be tagged. Type IX marking may be
substituted for type I, provided the minimum character size scribed by the marking tool must be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on
Teflon seats. Seat marking requirements must maintain complete traceability to certification OQE. Seat marking must be either heat/lot or batch number, a vendor traceability number/code,
or a combination thereof and must be unique to the material certification. 3.22.5 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. 3.23 See CDRL-DI-MISC-81020 (Chemical and Mechanical) and CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certifications - The following material
certification requirements apply: 3.23.1 Metallic Material - 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. 3.23.2 Non-Metallic Material - The
Contractor must furnish the applicable test reports for each heat/lot/batch of seat material. Material certification test reports must include, in addition to the specification, the
class, form, grade, type, process, and/or composition, as applicable, of the material supplied. 3.23.3 Re-identification and re-certification of metallic material is required when the
material is subjected to a process which alters its 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 marking used with the altered 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.) 3.23.4 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. 3.23.5 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. 3.23.6 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.24
Material Handling - The written material control process must include the following: 3.24.1 All raw materials must have traceability markings (except as specified below). 3.24.2 Stored
raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.24.3 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. 3.24.4 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. 3.24.5 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.
3.24.6 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. 3.25 Receiving Inspection 3.25.1 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 contractors plant or shipment to another location. 3.25.2
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. 3.26 Discrepancy Reporting 3.26.1 Nonconforming products must be identified and processed in accordance with the prime contractors 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 will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.27 Final Inspection - The following inspections must be performed prior to
Government inspection and acceptance. 3.27.1 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. 3.27.2 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. 3.27.3 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. 3.27.4 All material requiring traceability must be 100% inspected for traceability marking and that the marking is legible. 3.27.5 Sampling for certification
of non-metallic material must be on the basis of one set of test specimens from each heat/lot or batch. 3.28 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. Contractors 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. Manufacturers 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. Contractors or authorized personnels 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 Contractors 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 contractors 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 ev