Description
CONTACT INFORMATION|4|N742.13|ER4BB|N/A|seana.m.steiner.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY
REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE
1997)|20|CLIN 0001|8|548|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications;
COMBO - Receiving Report & Invoice - Material|Material - Inspect & Accept at Source|TBD|N00104|TBD|TBD|W25G1U|TBD|N/A|N/A|N/A|N/A|N/A|N/A|See form DD1423|1-866-618 -5988 - WAWF
Helpdesk| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP
2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL
OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB
2024)|4|332510|750||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|332510|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY
PROGAM USE (APRIL 2008))|2||x| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation shall be issued bilaterally,
requiring the contractors written acceptance prior to execution. 3. When submitting a quote, specify any exceptions (I.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance
locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after
award shall be subject to consideration costs deducted from the unit price. 4. All contractual document (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 method such asemail. The Governments acceptance of the contractors proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 5. Any contract
awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).Provision 52.211-14, Notice of Priority
Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 1. SCOPE 1.1 ;This
procurement specification contains the requirements for manufacture and the contract quality requirements for ;Container, Bearing; for use on Navy submarines.; 2. APPLICABLE DOCUMENTS 2.1
Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 Documents, drawings, and publications supplied
are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information
is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the
event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence.
Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=4491157 |25685| E| |D|0001 |
E|49998|4583776 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=FED SPEC LP-535 | | |E |120620|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF
DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=FED-STD-H28/20B | | | |941221|A| |01| DOCUMENT REF DATA=ISO9001 | | |
|150915|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 ;DESIGN AND MANUFACTURING - The ;Container, Bearing; furnished under this contract/purchase order
shall meet the material, physical and mechanical requirements as specified on Drawing 4491157, Item No. 60 including associated specifications mentioned in this procurement. ; 3.2
;MARKING REQUIREMENTS - The supplier shall permanently identify and mark each production lot unit ;Container, Bearing; in accordance with notes 9, 21, 22 and 23 of Drawing 4491157 per
MIL-STD-130, and shall ;tag or bag; each part with contract, lot or batch and serial number per MIL-STD-130.; 3.3 ;NOTIFICATION - The supplier shall notify Naval Surface Warfare Center,
Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.3.1 ;The NSWCPD is
the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.4 Configuration Control - MIL-STD-973 entitled
"Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in
accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for
Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box
2020, Mechanicsburg Pa. 17055-0788.) 3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later
revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this
occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the
date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company
letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding
configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes,
waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.5 Mercury Free - The
material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury
contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under
this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractors request shall explain in detail
the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to
the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that
metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment
in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are
direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and
other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the
following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu
meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order
hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement
Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless
steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury
in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from
small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the
contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase
order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The
Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to
prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall
become a part of the Contractors overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of
assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not
authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all
inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after
final delivery of supplies. 4.4 ;INSPECTION SYSTEM - The suppliers Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier
shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the suppliers written
Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110; 4.5 ;Finished Edges - Finished edges
shall be in accordance with the applicable drawing requirements.; 4.6 ;THREADS - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements. Thread inspection
shall include the maeasurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.7 ;MATERIAL CONTROL - The supplier shall have an
effective material control system that provides for certified industrial laboratory analysis by lot or batch for raw material ordered for production lot units. The analysis shall
establish the physical and mechanical properties for the non-metallic material specified in the applicable material specification.; 4.8 ;PRODUCTION LOT.; 4.8.1 ;Visual/Dimensional
Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension and threads (including of the minor
diameter for internal threads) identified on the applicable drawing. Threads shall be inspected 100% and results recorded.; 4.8.2 ;Production Lot Testing/Inspection Reports and Acceptance
- (Supplier Testing/ Inspection). The supplier shall submit for the completed production units testing/inspection reports in compliance with the applicable Data Item Descriptions (DIDs)
and drawing. The Production Lot Testing/Inspection report shall consist of ;Certified Industrial Laboratory Analysis for Material; Visual/Dimensional Inspection Report and Mercury
Exclusion Certification; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Production Lot Test/Inspection (PLT) Contract Data
Requirements List (DD Form 1423). Government approval of the production lot testing/inspection report is required prior to shipment of production lot units. CDRL: PRODUCTION LOT
TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.9 ;PRODUCTION LOT INSPECTION/ACCEPTANCE - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the
inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Production lot Testing/Inspection (PLT) Contract Data
Requirements List (DD Form 1423). Government approval is required prior to shipment of production units.; 4.10 ;FINAL INSPECTION and ACCEPTANCE - Final inspection and acceptance of
production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA
surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.; 4.11 ;OBJECTIVE QUALITY EVIDENCE RECORDS - The supplier shall
maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, lot or batch, serial and contract number. All OQEDS shall
be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead
of originals.; 4.11.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The
reports shall be correlated to the drawing/item, lot or batch, serial and contract number. Supplier format is acceptable for the below listed CDRLs. a. Certified Industrial Laboratory
Analysis for PVC L-P-535 CMPSN A, Type II,Grade GU Material. CDRL: CERTIFIED INDUSTRIAL LAB ANALYSIS per DI-MISC-82386 b. Visual/Dimensional Inspection Reports shall show the
characteristics, the actual measurement results of each dimension inspected including threads (also the minor diameter for internal threads), contract number, name of
supplier,drawing/item number, drawing revision letter, lot or batch and serial number of finished parts, item nomenclature and inspectors acceptance signature and date. CDRL:
VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B c. Mercury Exclusion Certification (representing the contract units shipment). CDRL: MERCURY EXCLUSION CERTIFICATION per
DI-MISC-82386; 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order
Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense
Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)
(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled
documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B.
Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the
publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a
request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use
Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management
Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military
Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle
Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are
to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers
(i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa.
19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH. DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE
QUALITY INSPECTION PLAN BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO PRODUCTION.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A001. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS
"N64498".;; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.;; ;;PLT REPORT SHALL CONSIST OF OQED RECORDS LISTED IN CONTRACT SECTION E: CERTIFIED INDUSTRIAL LABORATORY
ANLAYSIS FOR MATERIAL; VISUAL/DIMENSIONAL INSPECTION REPORT AND MERCURY EXCLUSION CERTIFICATION.;; ;;APPROVAL OF THE REPORT BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF
PRODUCTION LOT UNITS.;; ;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A002. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;;