Description
CONTACT INFORMATION|4|N744.5|ER0|717-605-7230|april.schlusser@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG
1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR -
RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|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 (MAY 2024)|13|332510|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| All contractual
documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to this 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 Governments acceptance of the contractors proposal constitutes
bilateral agreement to "issue" contractual documents as detailed herein. In accordance with DFAR 217.7301, Contractors shall identify their sources of supply in contracts for supplies. If
the item currently being procured is a non-value added item, please provide: Actual Manufacturer: Cage Code: Address: Delivery Lead Time: __________________________ If incremental
deliveries are possible, please provide a proposed schedule toinclude specific delivery times for all units. Offer valid for ___________________ days. Please provide email address for
follow-up communications_______________________________________. Packaging location if different than Offeror: Name/Cage ___________________________________________
Address______________________________________________ NOTICE TO CONTRACTORS PROVIDING SURPLUS MATERIAL: A surplus material certificate and label MUST accompany your quotation for
surplus/new surplus/new manufactured surplus material. ALL surplus material MUST have traceability back to a Government contract in order to be consideredfor award. Without this
information we are unable to determine when the Government purchased and inspected the item and therefore, we cannot be assured of technical acceptability. If submitting your quotation
via EDI, a faxed or email copy of the surplus certificate, along with a photo of the box and label MUST be sent to the buyer ASAP. The resultant award of this solicitation will be issued
bilaterally, requiring the contractors written acceptance prior to execution. Evaluation for the award of the proposed requirement will be based upon thelowest aggregate total price
submitted for the total quantity. IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMIT FULL TRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. 1. SCOPE 1.1 ;This procurement
specification contains the requirements for manufacture and the contract quality requirements for ;Clevis; 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=6931017 |53711| J| |D| 0001 | J|J4999|8029756
DRAWING DATA=6931017 |53711| J| |D| 0002 | |G4999|8004167 DRAWING DATA=6931017 |53711| J| |D| 0003 | |G4999|8005035 DRAWING DATA=6931017 |53711| J| |D| 0004 | |G4999|8001972 DRAWING
DATA=6931017 |53711| J| |D| 0005 | |G4999|8002776 DOCUMENT REF DATA=FED-STD-H28 |0020| |B |940310|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=MIL-STD-973
| | | |950113|A| |03| DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF
DATA=MIL-I-45208A | | | |810724|A|1 | | DOCUMENT REF DATA=ASTM A240/A240M | | | |231101|A| | | DOCUMENT REF DATA=EIA-649C 2/19 | | | | |A| | | DOCUMENT REF DATA=ASME B46.1 - 2019 | | | |
|A| | | DOCUMENT CHANGE DATA= ASTM A240-1994 |ASTM A240/A240M-2019 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Clevis; furnished under this contract/purchase order shall meet the
material, physical and mechanical requirements as specified on Drawing 6931017, Item No. 2 including associated specifications mentioned in this procurement.; 3.2 ;Marking Requirements -
The supplier shall permanently identify and mark each production lot unit ;Clevis; in accordance with Notes 6 and 9 of Drawing 6931017 per MIL-STD-130; and shall ;tag or bag; each part
with contract, heat 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. NSWCPDWAWF/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 ;Surface Roughness - All surface finishes are in RMS measurements. Where the
degree of surface roughness is indicated, the surface shall free from all visible imperfections as defined by Standard ASME B46.1.; 4.6 ;Finished Edges - Finished edges shall be in
accordance with the applicable drawing requirements.; 4.7 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements. Thread inspection shall include
the measurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.8 ;Material Control - The supplier shall have an effective
material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for
production units. If the material(s) is subsequently heat-treated, a certification of physical analysis, after heat treatment, is also required for each heat, lot or batch. Also, where
the applicable material specification calls out (e.g. corrosion resistance test, macro-etch test, etc.,) these test results shall also be reported on the applicable mill or industrial
laboratory report. The physical analysis shall establish the following properties for metallic part: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.9 ;Production Lot.; 4.9.1
;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 the minor diameter for internal threads) identified on the applicable drawing. Threads shall be inspected 100% and results recorded.; 4.9.2 ;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 Mill Certification; 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; 4.10 ;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 Contract Data Requirements List (DD Form 1423).
Government approval is required prior to shipment of production units. ; 4.11 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the
cognizant DCMA-QAR in conjuction 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.; 4.12 ;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, heat, 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.; 4.12.1 ;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,
heat, serial and contract number. Supplier format is acceptable for the below listed CDRLs. a.Certified Quantitative Mill or Industrial Laboratory Certification (chemical and physical
analysis). CDRL: CERTIFIED QUANTITATIVE MILL CERTIFICATION per DI-MISC-82386 b. Visual/Dimensional Inspection Reports shall show all 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, heat 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.
6.2 ;EIA-649 is authorized to be used in lieu of MIL-STD-973.; 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 MILL CERTIFICATION; VISUAL/DIMENSIONAL INSPECTION REPORT AND MERCURY EXCLUSION
CERTIFICAITON.;; ;;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".;;