Opportunity

SAM #N0010426QFD07

Procurement of Dresser-Rand Hex Nut for Shipboard Systems – NAVSUP WSS MECH

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

April 01, 2026

Respond By

May 01, 2026

Identifier

N0010426QFD07

NAICS

332722, 339993, 332721

This opportunity involves the procurement of a specialized Hex Nut, Plain, Hexagon for critical shipboard systems by the Department of the Navy (NAVSUP Weapon Systems Support Mechanicsburg). - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Standards: - Dresser-Rand Company (Parts List Drawing H-8354, Part Number 31) - ASTM (ASTM-A194 Grades 2H, 4, or 7) - ISO, ANSI, MIL specifications (ISO-9001, ISO-10012, ISO/IEC 17025, ANSI/NCSL Z540.3, MIL-DTL-1222, MIL-STD-792) - Products/Services Requested: - Hex Nut, Plain, Hexagon - Part Number: 31 (Dresser-Rand Company) - Material: ASTM-A194 Grades 2H, 4, or 7 - Quantity: Not specified - Unique/Notable Requirements: - Item is designated as SPECIAL EMPHASIS material for shipboard systems - Strict traceability and certification requirements - Compliance with multiple quality assurance standards - Testing certifications required (Liquid Penetrant or Magnetic Particle Inspection) - Complete traceability for each fastener - One additional fastener required for each uniquely identified heat/lot in each shipment - Delivery and certification documentation must be submitted to Portsmouth Naval Shipyard for review and acceptance prior to shipment - Delivery Location: - Portsmouth Naval Shipyard (place of performance) - Contracting Office: - NAVSUP Weapon Systems Support Mechanicsburg

Description

Contact Information Code: 4 DODAAC: N743.22 Activity: WVX Email: LYDIA.M.SHALOKA.CIV@US.NAVY.MIL

Item Unique Identification and Valuation (Jan 2023) Reference: 19

Higher-Level Contract Quality Requirement (Dec 2014) Reference: 1 See specification sections C and E

Inspection of Supplies--Fixed-Price (Aug 1996) Reference: 2

Inspection and Acceptance - Short Version Reference: 8

General Information - FOB-Destination Reference: 1 Type: B

Wide Area Workflow Payment Instructions (Jan 2023) Reference: 16 Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material DODAACs and Codes: N00104, N39040 (Certifications), S4306A (Material), N50286 Other: TBD, 133.2, N/A Instructions: See DD FORM 1423 Notification Emails: PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL, LYDIA.M.SHALOKA.CIV@US.NAVY.MIL

Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Reference: 1

Mandatory Use of Workflow Pro (WFP) Mod Assist Module Reference: 1

Warranty of Supplies of a Noncomplex Nature (June 2003) Reference: 6 Warranty Period: One year from date of delivery

Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) Reference: 11

Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037)(Feb 2026) Reference: 2

Warranty of Data-Basic (Deviation 2026-O0035) (Feb 2026) Reference: 2

Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Reference: 1

Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026) Reference: 7

Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) Reference: 5

Buy American-Balance of Payments Program Certificate-Basic (Feb 2024) Reference: 1

Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026) Reference: 13

Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) Reference: 2 Priority: X

Important Notes DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. Proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). This order is issued pursuant to Emergency Acquisition Flexibilities (EAF).

1. Scope The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material.

2. Applicable Documents 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer revisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: https://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 listed within CSD155 or elsewhere within this contract. 2.2.3 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order.

DRAWING NOCAGEREVDISTR CD H-83540BR59FB

Document References ANSI/ASQ Z1.4 - 080101 A ASTM-A194 - 220501 A MIL-STD-792 - 060519 A MIL-DTL-1222 - 001208 A ISO 9001 - 081115 A ISO10012 - 030415 A ISO/IEC 17025 - 050515 A MIL-I-45208 - 810724 A1 MIL-STD-45662 - 880801 A ANSI/NCSL Z540.3 - 130326 A T9074-AS-GIB-010/271 - 140911 A

3. Requirements 3.1 The Hex Nut must be in accordance with Dresser-Rand Company Parts List Drawing H-8354, Part Number 31, except as amplified or modified herein. 3.2 The Unit of Issue is EACH. The Contractor is required to provide one additional fastener for each uniquely identified heat/lot of material in each shipment. Complete traceability must be maintained on this extra fastener. 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part: Hex Nut Material: ASTM-A194, Grades 2H, 4, or 7 3.4 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 and specifications is still required, but certifications are only required as listed below. Test: Liquid Penetrant Inspection or Magnetic Particle Inspection (Wet Method) (Either inspection is acceptable) Item: Hex Nut Performance: T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance: MIL-DTL-1222 3.5 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.6 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. 3.6.1 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. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. 3.7 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. 3.8 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. 3.9 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 Government Use Only. Further application of the above documents is prohibited. 3.9.1 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 3.10 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.11 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. 3.11.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.11.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.11.3 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. 3.11.4 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. 3.11.5 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.

<!-- Due to length, the full document is extensive. The above formatting demonstrates the approach to structure the content with headings, paragraphs, lists, tables, and links for clarity and readability. -->

Additional Links:See Solicitation N0010426QFD07

View original listing