DLAI 4155.2
DLSC-LEQ
17 Feb 99
QUALITY ASSURANCE PROGRAM INSTRUCTION FOR DLA ICPs
A. REFERENCES
1. DLAD 4155.2, Quality Assurance Program for the Defense Logistics Agency
Inventory Control Points (ICPs), 10 Oct 97.
2. DoDD 5000.1, Defense Acquisition, March 15 1996 and DoD 5000.2-R, Mandatory
Procedures for Major Defense Acquisition Programs (MDAPs) and Major Automated
Information System (MAIS) Acquisition Programs.
3. Federal Acquisition Regulation (FAR).
4. Defense Federal Acquisition Regulation Supplement (DFARS).
5. DoD 4140.1-R, DoD Materiel Management Regulation.
6. DLAD 4105.1, Defense Logistics Acquisition Directive.
7. DLAD 4155.7, Quality Assurance Technical Development Program (QATDP) for
DLA Inventory Control Points.
8. DLAI 4155.7, The Defense Logistics Agency Inventory Control Point (ICP) Quality
Assurance Technical Development Program (QATDP) Course Catalog.
9. DoD 4120.3-M, Defense Standardization Policies and Procedures.
10. DLAD 4105.20, Product Verification Program for Inventory Control Points.
11. DLAD/DLAI 4155.24, Product Quality Deficiency Report Program.
B. PURPOSE
1. This instruction implements the DoD Directives/Regulations and DLA Directives that
relate to the Quality Assurance functional area. It provides recommended general
procedures for the planning and implementation of Quality Assurance (QA) functions at
DLA ICPs. The procedures contained in this instruction are not mandatory and are
offered as guidance only.
2. The basic objective of this instruction is to provide guidance to DLA ICP QA
personnel including QA specialists, engineers, chemists, pharmacists and other people
performing (or being trained to perform) functions that improve the quality of materiel.
3. The guidance is provided to achieve quality management practices and procedures,
which will:
a. Recognize and remove those conditions, which contribute to, or cause deficient
materiel.
b. Assure product quality during the full range of logistics actions (including
provisioning, planning, contracting, production, maintenance, and storage) rather than to
detect poor quality after receipt by a DLA customer.
c. Assure service quality during the full range of logistics actions including planning,
contracting, and performance of the service.
d. Assure an adequate contract quality data package to provide for satisfactory contractor
and Government inspection performance.
e. Achieve efficient feedback and use of quality and reliability data from all responsible
sources.
f. Achieve efficiency and economy in administration of quality programs in support of
Provisioning, Planning, Contracting, Maintenance, Supply, Storage, and Commercial
Activities.
C. APPLICABILITY AND SCOPE.
This instruction is applicable to DLA ICPs involved with item and contract management
of DLA managed items.
D. DEFINITIONS
1. Acceptable Quality Level (AQL). The quality level which, for the purposes of
sampling inspection, is the limit of a satisfactory process average.
2. Acceptance. The act of an authorized representative of the Government by which the
Government assumes for itself, or as agent of another, ownership of existing and
identified supplies tendered or approves specific services rendered, as partial or complete
performance of the contract on the part of the contractor.
3. Action Point. A focal point(s) identified within each Component (Military Service,
Defense Agency, or GSA) responsible for receiving PQDRs from other Components, and
for investigation and resolution of a reported product quality deficiency, including
necessary collaboration with support points. Only an action point is authorized to
transmit a deficiency across Component lines to a support point in another Component.
4. ANSI. American National Standards Institute.
5. Bid Sample. Sample to be furnished by the bidder to show the characteristics of the
product offered in the bid.
6. Category I Deficiency. A report of a critical defect which may cause death, injury, or
severe occupational illness; could cause loss of, or major damage to, a weapon system;
could critically restrict the combat readiness capabilities of the using organization; or
which could result in a production line stoppage.
7. Category II Deficiency. A report of a product quality deficiency, which does not meet
the criteria set forth in Category I.
8. Certificate of Conformance (CoC). A contractor's written statement, when authorized
by contract, certifying that supplies or services are in conformance with contract
requirements.
9. Certificate of Quality Compliance (CoQC). A contractor's certification that provides
specific detailed information and objective evidence that material offered for acceptance
meets all contract and specification requirements.
10. Commercial Item. Any item, other than real property, that is of a type customarily
used for non-governmental purposes, and that has been (offered to be/will be/or) sold,
leased, or licensed to the general public. Additional definition with detail on
modifications is provided in FAR, subpart 2.101.
11. Contract. Any type of agreement or order for the acquisition of supplies or services. It
includes awards and notice of award; contracts of a fixed-price, cost, cost-plus-fixed-fee,
or incentive type; contracts providing for the issuance of job orders, task orders, and
delivery orders thereunder; letter contracts; and purchase orders.
12. Contract Administration Office (CAO). An office of DLA, or of a Military Service, or
of FDA, USDA, or USDC, engaged in the performance of contract administration
services, including QA, on Government contracts with private industry. Included in this
definition are all geographic and in-plant DoD component organizations engaged in
performance of field contract administration services.
13. Contract Quality Assurance (CQA). A function by which the Government determines
whether a contractor has fulfilled his contract obligations pertaining to quality and
quantity. This function can be accomplished at source and/or destination and is related to
and generally precedes the act of acceptance.
14. Counterfeit Material/Unauthorized Product Substitution (CM/UPS). The
misrepresentation of products furnished by contractors to the Government, including
those items referred to as "bogus" parts, counterfeit parts, assemblies with unapproved
components, and products with unauthorized remarking/over-branding.
15. CM/UPS Disclosure. A written or verbal allegation that includes the possibility that
contractors have furnished counterfeit or unauthorized product substitutions to the
Government after the Government has signified its acceptance. Customer/Depot
complaints are not CM/UPS disclosures.
16. Critical Application Item. An item which is essential to the preservation of life in
emergencies (e.g., parachutes, marine life preservers) or essential to end item or system
performance, the failure of which would adversely affect the accomplishment of a
military operation.
17. Critical Nonconformance. A nonconformance that is likely to result in hazardous or
unsafe conditions for individuals using, maintaining, or depending upon the supplies or
services; or is likely to prevent performance of a vital agency mission.
18. Defense Contract Management Command (DCMC). An organizational entity of
DLA, comprised of a headquarters staff and a field organization of geographic and plant
components, established to provide uniform field contract administration services for
Government contracts with private industry. As used herein, the term applies specifically
to Contract Administration Service (CAS) field components, including DCMC Districts
(DCMDs), and area offices.
19. Deviation. A written authorization, granted after contract award and prior to
manufacture of an item, to depart from a particular performance or design requirement of
a contract, specification, or referenced document, for a specific number of units or
specified period of time.
20. DLA Quality Assurance Program. A program designed to assure integrity, quality,
and reliability of DLA purchased/managed supplies and services through the integration
and coordination of all actions, which contribute to the delivery of supplies or services of
the specified quality and reliability.
21. Examination. An element of inspection consisting of investigations, without the use
of specific laboratory applications or procedures, of supplies and services to determine
conformance to those specified requirements, which can be determined by such
investigations. Examination is generally nondestructive and includes, but is not limited
to, visual, auditory, olfactory, tactile, gustatory, and other investigations, simple physical
manipulation, gaging, and measurement.
22. Exhibit. The item reported as being deficient, or a sample item which represents the
reported deficient condition, which can be analyzed to determine the possible cause of the
defect.
23. First Article Testing and Approval. The testing and/or examination of items submitted
by a contractor prior to regular production on a contract or purchase order followed by
the preparation/evaluation of attendant test reports.
24. Flight Safety Critical Aircraft Part (FSCAP). Any part, assembly, or installation
containing a critical characteristic whose failure, malfunction or absence could cause a
catastrophic failure resulting in loss, or serious damage to the aircraft, or an
uncommanded engine shutdown, resulting in an unsafe condition.
25. FSCAP Critical Characteristic. Any feature through the life cycle of a FSCAP, such
as dimension, tolerance, finish material or assembly, manufacturing or inspection
process, operation, field maintenance or depot overhaul requirement, which if
nonconforming, missing or degraded could cause the failure or malfunction of the
FSCAP.
26. Focal Point. A designated element or individual responsible for receiving and
entering data for the Customer/Depot Complaint System and the Quality Evaluation
Program.
27. Inspection. The examination and testing of supplies or services (including, when
appropriate, raw materials, components, and intermediate assemblies) to determine
whether the supplies and services conform to technical requirements.
28. ISO. International Organization for Standardization.
29. Maintenance Instructions. Applicable technical document (contract specifications,
Military Services' technical publications, or other published documents) with instructions
that will be utilized to perform required maintenance of an item.
30. Major Nonconformance. A nonconformance, other than critical, that is likely to result
in failure, or to materially reduce the usability of the supplies or services for their
intended purpose.
31. Military Interdepartmental Purchase Request (MIPR). A requirement that is submitted
by a Military Service to an ICP to perform logistics functions (including purchasing) for
items that are not managed by that ICP.
32. Minor Nonconformance. A nonconformance that is not likely to materially reduce the
usability of the supplies or services for their intended purpose, or is a departure from
established standards, having little bearing on the effective use or operation of the
supplies or services.
33. Nonconformance. A departure from the requirements specified in the contract,
specification, drawing or other approved product description.
34. Nonconforming Material. Any item, part or product with one or more characteristics
which depart from the requirements in the contract, specification, drawing, or other
approved product description.
35. Off-the-Shelf Item. An item produced and placed in stock by a
distributor/manufacturer before receiving orders or contracts for its sale. The item may be
commercial or produced to military/federal specifications or description.
36. Originating Point. An Activity which finds a product quality deficiency and reports it.
37. Packaging. The processes and procedures used to protect material from deterioration
or damage during storage or transport. It includes cleaning, drying, preserving, packing,
marking, and unitization.
38. Post-award Conference. Meeting conducted by the Government to fully familiarize
the contractor with the terms and conditions of the contract, to clarify any
misunderstandings, and to discuss unsatisfactory quality history.
39. Product Conformance. The subset of Quality Assurance which deals with assessment
of post-manufacturing or post-service actions. Product Conformance includes the
assessment of usability, conformance to purchase requirements, investigation of
deficiencies, test and evaluations, determination of readiness impact, and product
quality/usability feedback systems.
40. Product Sample. Sample of the item required by the solicitation, which is submitted
as part of an offeror's technical proposal. The sample permits visual examination of the
offered item for the purpose of determining quality of workmanship and conformance to
design and/or performance requirements.
41. Product Quality Deficiency. A defect or nonconforming condition detected on new or
newly reworked Government-owned products, premature equipment failures, and
products in use that do not fulfill their expected purpose, operation or service due to
deficiencies in design, specification, manufacturing, and workmanship.
42. Product Quality Deficiency Report (PQDR). A report, message, or Standard Form
(SF) 368, Product Quality Deficiency Report, prepared and processed in accordance with
DLAD 4155.24, Product Quality Deficiency Report Program.
43. Product Verification Program. A DLA program that establishes policy and procedures
for the arranging, monitoring, and reporting of the results of, product testing and product
examination/inspection. See DLAD 4105.20.
44. Qualified Manufacturers List (QML). A listing of manufacturer's facilities that have
been evaluated and determined to be acceptable based on the testing and approval of a
sample specimen and conformance to the applicable specification. The QML includes
appropriate products, processes, or technology identification, and test reference with the
name and address of the manufacturer's plant.
45. Qualified Products List (QPL). A listing of products that have met the qualification
requirements stated in the applicable specification, including appropriate product
identification and test of qualification reference with the name and plant address of the
manufacturer and distributor, as applicable.
46. Quality. The composite of materiel attributes including performance, features, and
characteristics of a product or service to satisfy a given need.
47. Quality Assurance. A planned and systematic pattern of all actions necessary to
provide adequate confidence that adequate technical requirements are established,
products and services conform to established technical requirements, and satisfactory
performance is achieved.
48. Quality Assurance Letters of Instruction (QALIs). Information or instruction provided
to the activity responsible for Government CQA actions at source or destination for the
purpose of assuring the integrity of DLA- procured products and services. QALIs may
specify the type and extent of Government inspection of selected product/process
characteristics or they may provide the CAO with adverse quality history on the item
and/or contractor.
49. Quality Assurance Provisions (QAPs). As used herein, includes all requirements for
quality and reliability assurance, both administrative and technical, which are included
directly or by reference in ICP prepared purchase requests, solicitations, and resulting
contracts. Specifically, those provisions include, but are not limited to: the place of
Government inspection and acceptance; appropriate contract quality requirements; first
article; bid samples; inspections and tests; sampling plan; verification testing; calibration
requirements; and supplier certifications, where necessary to provide the user with an
item of the required quality.
50. Quality Audit. A systematic examination of the quality related actions and decisions
in order to independently verify or evaluate the operational requirements of a quality
program or the specification or contract requirements of the product or service.
51. Quality Control. A function of management relative to all procedures, inspections,
examinations, and tests required during contracting, receipt, storage, and issue that are
necessary to provide the user with an item of the required quality.
52. Quality Program. Program which is developed, planned, and managed to carry out,
cost-effectively, all efforts to effect the quality of materiel and services from concept
through validation, full-scale development, production, deployment, and disposal.
53. Reliability. Probability that materiel will perform its intended function for a specified
period of time under stated conditions.
54. Reporting Activity. The activity forwarding a Product Quality Deficiency Report to
DLA. This may or may not be the activity that prepared the Product Quality Deficiency
Report, and may be either the originating point or screening point.
55. Request for Deviation. The formal document submitted by the contractor to the
Government for the purpose of requesting departure from a specific performance or
design requirement of a contract, specification, or referenced documents.
56. Request for Waiver. The formal document submitted by the contractor to the
Government for the purpose of requesting acceptance of designated nonconforming
supplies or services.
57. Screening Point. An activity, within the component originating the Product Quality
Deficiency Report, which is required to determine the action point; transmit Product
Quality Deficiency Reports for action; monitor outstanding reports; and receive
responses.
58. Storage Standards. Documents containing mandatory instructions for the inspection,
testing, and/or restoration of items in storage, encompassing storage criteria, preservation,
packaging, packing and marking requirements, and time-phasing for inspection during
the storage cycle to determine the materiel serviceability and the degree of degradation
that may have occurred. In the case of shelf life items, storage standards are required to
be prepared by the managing wholesale ICP or other responsible organization for Type II
shelf life items only. They are used at the wholesale and retail level to determine if Type
II shelf life items have retained sufficient quantities of their original characteristics and
are of a quality level which warrants extension of their assigned time period, and the
length of the time period extension.
59. Support Point. An activity that assists the action point, as requested, by conducting
and providing results of a special analysis or investigation pertinent to the correction and
prevention of a reported product quality deficiency.
60. Technical Maintenance Standard (TMS). Applies to a uniform format to designate the
specific requirements for technical data (see DLAR 4185.1, Technical Data Requirements
for Logistic Support) that will be utilized in the performance of required maintenance of
an item.
61. Testing. That element of inspection that determines the properties or elements,
including functional operation of supplies or their components, by the application of
scientific principles and procedures.
62. Waiver. A written authorization granted after contract award to accept a configuration
item or other designated item which, during production or after having been submitted for
inspection, is found to depart from specified requirements, but nevertheless is considered
suitable for use "as is" or after repair by an approved method.
The following are a list of abbreviations:
ACO Administrative Contracting Officer
ADD Allowable Degree of Deviation
AID Acquisition Item Description
AIS Automated Information System
AQL Acceptable Quality Level
ASAP As soon as Practical
CAGE Commercial and Government Entity
CAL Contractor Alert List
CAO Contract Administration Office
CAS Contract Administration Services
CDCs Customer/Depot Complaints
CDCS Customer Depot Complaint System
CM/UPS Counterfeit Materiel/Unauthorized Product Substitution
CO Contracting Officer
COR Contracting Officer's Representative
CoC Certificate of Conformance
CoQC Certificate of Quality Compliance
CQA Contract Quality Assurance
CTDF Contract Technical Data File
DCMC Defense Contract Management Command
DSCC Defense Supply Center Columbus
DSCP Defense Supply Center Philadelphia
DSCR Defense Supply Center Richmond
DD Defense Depot
DESC Defense Energy Supply Center
DFARS Defense Federal Acquisition Regulation Supplement
DISC Defense Industrial Supply Center
DLA Defense Logistics Agency
DLAD Defense Logistics Agency Directive
DMSB Defense Medical Standardization Board
DRMS Defense Reutilization and Marketing Service
ICP Defense Supply Center
DSM Defense Standardization Manual
E-mail Electronic Mail
ESA Engineering Support Activity
FAR Federal Acquisition Regulation
FDA Food and Drug Administration
FSC Federal Supply Class
FY Fiscal Year
GIDEP Government Industry Data Exchange Program
GSA General Services Administration
IDP Individual Development Plan
IPE Industrial Plant Equipment
IRPOD Individual Repair Parts Ordering Data
LPTD Lot Tolerance Percent Defective
MAR Master Account Record
MDWL Missing Data Work List
MI Mandatory Inspection
MIS Management Information System
MIPR Military Interdepartmental Purchase Request
NIIN National Item Identification Number
NNPP Naval Nuclear Propulsion Program
NPM Nuclear Plant Materiel
NSN National Stock Number
OEM Original Equipment Manufacturer
OMB Office of Management and Budget
PASS Pre-Award Survey System
PCO Procurement Contracting Officer
PID Procurement Identification Description
PIIN Procurement Instrument Identification Number
PO Purchasing Office
PQDR Product Quality Deficiency Report
PVP Product Verification Program
PVT Product Verification Testing
PTC Product Testing Center
PWS Performance Work Statement
QA Quality Assurance
QALI Quality Assurance Letter of Instruction
QAPs Quality Assurance Provisions
QAR Quality Assurance Representative (In-Plant)
QAS Quality Assurance Specialist
QASP Quality Assurance Surveillance Plan
QATDP Quality Assurance Technical Development Program
QDR Quality Deficiency Report (now PQDR; see above)
QEP Quality Evaluation Program
QLL Qualified Laboratory List
QPL Qualified Products List
QSMV Quality Systems Management Visit
QSR Quality Systems Review
RCS Report Control Symbol
ROD Report of Discrepancy (now SDR; see below)
SALT System for Analysis of Laboratory Testing Results
SDR Supply Discrepancy Report
SF Standard Form
SPA Specification Preparing Activity
SPC Statistical Process Control
TMDE Test, Measurement and Diagnostic Equipment
TMS Technical Maintenance Standard
TQM Total Quality Management
USDA United States Department of Agriculture
USDC United States Department of Commerce
VSMF Visual Search Microfilm Files
W/D Waiver/Deviation
E. PROCEDURES
1. GENERAL QA PROCEDURES
a. Personnel performing quality functions at the ICPs play a vital role in supporting
DLA's missions. The ICPs support the contracting and materiel management missions in
assuring that items and services procured and delivered to our customers are of the
requisite quality intended, and conform to customer specified requirements. Personnel
performing these functions must be technically qualified in the products and services
under contract. In addition, they must: fully understand and apply modern QA
techniques, including the use of automated information systems; manage assigned
responsibilities in a competent manner; and work cooperatively with other ICP elements,
HQ DLA, Military Services, other Government agencies and industry in achieving
customer satisfaction.
b. Process Control Philosophy:
(1) Process control philosophy, principles, and practices have been
incorporated into QA procedures and this instruction. The instruction
consists of guidance to systematically accomplish processes that
continuously improve DLA's products and services. The assignment of
"cradle-to-grave" responsibilities to personnel, who have been
empowered to serve as Product Quality Assurance Managers for the
life cycle of the item, creates an environment in which the employees
can make improvements in the quality of products and services.
Guidance on the use of Statistical Process Controls, Manufacturing
Process Controls, Development of Statistical Techniques, and other
contractual requirements provides the methods and means for
contractors to control and measure their processes to improve the
quality of their product. Basic statistical methods for measuring and
improving the processes are used by managers of items/groups of items
(Commodity Business Unit/Application Group/Product Center Chiefs)
to adjust the QA program. This guidance regarding feedback of
essential information for continuous improvement is provided in
sections on Quality History, Quality Evaluation Program, and
Deviations and Waivers. Personnel should continuously review their
processes and strive to make them more efficient and effective.
(2) All personnel have a significant affect upon the quality of products
and services. Personnel performing quality functions should learn other
functions and understand the effects that their work has upon quality.
These individuals should be proactive and provide assistance to other
areas to improve their processes. Specific areas that should be
recognized are as follows:
(a) Method of Support. While personnel performing quality functions should be a part of
the determinations of method of support planning, there may be occasions where QA
review has not been sought. When a less-than-optimal method of support has been
chosen, that may (is) affect(ing) the quality of the item, the appropriate personnel should
be notified with full rationale for a recommended change. If the recommendations are not
accepted and changes are not made, the person performing quality functions should take
actions to use tools they have at their disposal to help improve quality (i.e., request the
Product Verification Manager to perform quality audit or special inspections).
(b) Technical Data Package Accuracy. Upon review of Consumable Item Transfers or
Logistics Reassignments or during the normal course of QA functions, personnel should
also perform a quick review of the technical aspects of the technical package. If data is
missing or requires revision, the appropriate personnel should be notified.
(c) Packaging and Marking. During performance of development or review of Packaging
QA requirements, personnel should also perform quick review of the packaging and
marking requirements. If data is missing or requires revision, the appropriate personnel
should be notified.
(d) Solicitation and Contract Accuracy. Upon review of purchase requests and Missing
Data Work Lists (MDWLs), personnel should also perform a quick review of the contract
requirements. If data is missing or requires revision, the appropriate personnel should be
notified.
(e) Diminishing Manufacturing Sources. During the course of their work, personnel may
learn of situations that may affect the future ability to procure items. Whenever this is
apparent, the appropriate personnel should be notified.
(f) Source Selection/Award of Contract. During contract review or when it is found that a
less-than-optimal contractor has been chosen, that may (is) affect(ing) the quality of the
item, the appropriate personnel should be notified with full rationale for a recommended
change (i.e., termination/ modification of the contract). If the recommendations are not
accepted and changes are not made, the person performing quality functions should take
actions to use tools they have at their disposal to help improve quality. (This includes
notifying the QAR through issuance of a QALI, performing QSMVs, or requesting that
the Product Verification Manager perform quality audit or special inspections).
(g) Backorders. During the course of their duties, personnel may be able to effect
backorder status. All actions should be taken to assist the Item Manager in the prevention
or resolution of the backorder. If Quality Assurance contract requirements (i.e., tests or
inspections) can be modified or deleted, thus reducing the lead-time, and other quality
assurance tools can be used, this should be done. If items are on backorder, expedited
release of PQDR exhibits or test items may relieve the situation.
(h) Disposal of excess stock. During the course of their duties, personnel may learn of
situations about the quantity of stock, i.e., where stock is no longer needed, an item is
obsolete, or when stock may be needed in the future. When this occurs, the information
about the items should be provided to the Item Manager for their appropriate action.
(i) Acceptance/authorization of returned stock. The Item Manager should be notified of
any knowledge that may affect their decisions to accept or reject items offered for return.
(j) Special Program Requirements. During the course of their duties, personnel may learn
of customers' materiel needs or requirements. When this occurs, the information about
the items and customers should be provided to the Item Manager for their appropriate
action.
2. CAREER DEVELOPMENT AND COMMODITY TRAINING
a. This area serves to provide guidance to personnel concerning their role in career
development and commodity training programs. Some Quality Assurance references are
as follows:
(1) DLAD 4155.7, Quality Assurance Technical Development Program
(QATDP) for DLA Inventory Control Points.
(2) DLAI 4155.7, Defense Logistics Agency Inventory Control Point
(ICP) Quality Assurance Technical Development Program (QATDP)
Course Catalog.
(3) DoD 5000.52-M, Acquisition Career Development Program.
(4) DLAR 1430.12, Civilian Employee Development and Training.
(5) DLAR 1430.5, DLA Intra-Agency Recurring Training Courses.
b. Career development is a dual responsibility of management and the individual. While
management is expected to plan for the development of each career employee by
providing on-the-job training (OJT) and off-the-job assignments, the ultimate value to be
realized from a career training plan is determined by the careerist participating in the
program. Self-development is an important key to individual success and, in turn, results
in organizational success.
c. Compliance with DLAD 4155.7 is mandatory. DLAD 4155.7 and DLAI 4155.7
provide policy and procedures for the technical development and certification of ICP
personnel in QA systems skill and commodity skill areas.
d. The Defense Acquisition Workforce Improvement Act (DAWIA), has a major impact
upon employees seeking opportunities to advance within the acquisition workforce.
Quality Assurance has been designated as a functional subset of the acquisition position
categories. This provides the opportunity for more professional development, education,
training, and career opportunities. All QA personnel should be aware of the opportunities
within the acquisition workforce in planning their careers.
e. Supervisors of personnel performing quality functions will assure that an IDP is
established for each employee under his/her supervision. The IDPs should include:
(1) QA systems training that provides personnel the knowledge and
skills in Quality Assurance and related programs, functions, policy, and
procedures.
(2) Commodity skill training that provides personnel product-oriented
technical knowledge and skills necessary for effective performance of
QA actions in the commodity. The commodity skill areas must be
determined based on job assignments, both current and planned.
f. Personnel performing quality functions will:
(1) Complete assigned training satisfactorily.
(2) Make training and developmental needs known to their supervisor.
(3) Assist in the development and preparation of the IDP.
(4) Willingly take those training courses scheduled for them in order to
increase their skills and capabilities in the QA discipline and to increase
their overall self-development. Personnel in the day-to-day course of
their jobs may observe areas where a training course or courses would
enhance their capability to perform assigned functions. In these
situations the person performing QA functions should make the need
known to his/her supervisor.
g. DLAR 1430.5 assigns responsibilities and establishes procedures for providing
specialized commodity training to personnel from the ICPs, DDs, and DCMDs. Such
training will be oriented toward product use and the examination and testing of product
characteristics.
h. The provisions of DLAR 1430.12 must be followed in scheduling and accomplishing
all training.
i. The Career Development Division in the Office of Civilian Personnel at each field
activity will incorporate training needs extracted from IDPs into the activity training plan
prescribed by DLAR 1430.12. The Career Development Division staff is available to
assist in developing IDPs and identifying training sources. All DD Forms 1556, Request,
Authorization, Agreement, Certification of Training and Reimbursement, must be
forwarded through the Career Development Division. The use of the form is mandated.
3. DLA QUALITY DAYS
a. Recurring Quality Days are held to pro-vide a means for determining and resolving any
problems in the area of Quality and Reliability Assurance and to exchange information.
All DLA Quality elements provide representatives to participate.
b. Quality Days will convene at least semi-annually, or more frequently as required.
c. Attendance by DLA ICP personnel to represent their ICP who have knowledge and
work in the area of quality assurance is required. Attendance by the DLA ICP
Commander/Deputy Commander is also desired.
d. Official travel is authorized to attend Quality Days or participate in assigned projects.
Costs will be funded by the representative's organization.
e. Quality Day representatives will:
(1) Participate, and designate representatives to participate, in working
groups to resolve specific problems.
(2) Host Group meetings when requested by the chairperson and
establish working groups as necessary. The host of the Quality Day, or
an appointed representative, will be responsible for administrative
duties, such as notification of meetings, agenda preparation, and
preparation/distribution of minutes.
4. QUALITY ASSURANCE PROVISIONS (QAPs)
a. The contracting process plays a significant role in determining the ultimate quality of
products and services delivered to DLA customers. Inadequate contracts, technical data
packages, and irresponsible contractors are the sources of most quality problems.
Through sound management of quality and reliability, personnel are able to recognize
and remove the conditions, which contribute to, or cause, the delivery of deficient
materiel. QAPs provide the means to prevent or identify and correct nonconforming
materiel prior to the acceptance action. This is important because recourse by the
Government after materiel acceptance is both difficult and expensive. b. Personnel
performing QA functions support the contracting function by assuring that ICP contracts
contain, by reference or direct incorporation, definitive and current QAPs. Normally,
QAPs are applied through automated means as soon as possible after the items is
assigned to the ICP. However, in some cases this is not possible and QAPs must be
assigned by a manual review of the individual contracting action. Periodic reviews of
QAPs assigned in the automated system will be accomplished to assure that QAPs
assigned in this manner are both current and definitive.
c. ICPs will establish a priority system to be followed when assigning or updating QAPs.
In establishing priorities, personnel shall maximize the use of the contract listing
forecasts, as prepared by item management/contracting systems. To the maximum extent,
QAPs should be predetermined and entered in advance of contracting so that manual
reviews are held to a minimum. Priority will be given to assigning or updating QAPs in
descending order as follows: QAPs impacting readiness and/or priority requisitions,
QAPs associated with pending contracts for critical application items, products and
services in support of mobilization, and QAPs for contracts of a high dollar value.
d. Personnel performing this function must:
(1) Develop QAPs for new items entering the inventory and for items
transferred from the Military Services/GSA to DLA for management.
(2) Revise existing QAPs on current DLA managed items whenever
they are found to be inadequate.
(3) Provide QAP information to appropriate contracting elements
through documents or automated systems.
e. Factors, which must be considered when assigning QAPs, are discussed herein.
Guidance provided is appropriate for use at all ICPs for the determination and assignment
of QAPs. The FAR, subpart 46.203, describes three classifications to be used in
determining the appropriate contract quality requirement. These classifications are
technical description, complexity, and criticality. Before attempting to assign QAPs,
personnel will determine where the item (supply or service) falls within these
classifications. By recognizing these classifications, QAPs can be tailored to fit the
specific needs of the item. Guidance for tailoring is as follows:
(1) Item Technical Description.
(a) DLA manages and procures supplies and services for which the item technical
description is either developed by industry for general use (commonly known as
commercial items), or the item is developed by industry or Government for Government
use (known as Military-Federal or Government drawing/specification items).
(b) Item description data for a commercial item may range from a drawing with
comprehensive supporting data to a manufacturer's part number alone. For commercial
items, the Government shall not specify any specific contractor quality assurance system.
(c) Non-commercial items may also range from manufacturer's part number to a drawing
with comprehensive supporting data, including Military-Federal specifications. When
Military-Federal specification items are involved, the specification will be reviewed to
assure the assigned QAPs are definitive. They should identify or specifically reference all
the examinations and tests required to determine if the item being purchased conforms to
the technical requirements of the specifications. Particular attention should be given to
Government testing requirements, specifically with regard to who will perform the tests,
the time frame of testing, and the costs associated with the tests. If it is determined that
the specification QAPs are missing or inadequate, action will be taken, in coordination
with the SPA, to develop or revise them. When pending procurements will not allow time
for formal coordination, telephonic coordination should be effected, followed by written
confirmation. Documentation concerning recommendations for additions, deletions, or
changes to specifications will be forwarded to the ICP standardization activity or
appropriate individuals performing standardization functions. Formal recommendations
will normally be submitted on a DLA Form 339, Request for Engineering Support, or DD
Form 1426, Standardization Document Improvement Proposal. Formal agreements
between the ICPs and SPAs, which authorize the ICP to make additions or corrections to
specifications, without the specific approval of the SPA, are encouraged.
(d) Some supplies managed and procured by DLA fall somewhere between the
commercial item and the Military-Federal classifications. For instance, an Original
Equipment Manufacturer (OEM) may be contracted to design a system meeting certain
requirements. Frequently, the subsequent design is not addressed by Government
specifications and the Government may not have obtained full data rights from the OEM.
Therefore, the drawings containing the technical descriptions are proprietary to the OEM
and the Government has access only to the OEM's assigned part number or "limited
rights" drawings, where the technical data contained thereon cannot legally be used for
procurement purposes. [1] When the only technical description available is a
manufacturer's part number and current information does not indicate that any further
data can be obtained (e.g., data proprietary and OEM refuses to provide additional
information), actions should be taken to request additional data through the ICP's
Technical personnel/element. [2] When the only technical item description available is
contained on proprietary "limited rights" drawings, personnel will not use that
information in determining QAPs, if such use violates the limited rights restrictions.
(2) Complexity. This item classification has to do with the complexity
of the item's quality characteristics. Items are either categorized as
complex or noncomplex as described in FAR subpart 46.203(b). In
making complexity determinations, personnel should base their
decision on a review of the total available technical data. Complexity
determinations must not be based upon the item's nomenclature alone.
(3) Criticality of Application. Type of application deals with the
criticality of the use of the item, i.e., critical or non-critical. FAR
subpart 46.203(c) describes an item as having a critical application
when its failure could injure personnel or jeopardize a vital military
mission. DLAD/DLAI 3200.1 further defines these items as being
essential to the preservation of life in emergencies or essential to end
item accomplishment of a military mission. Military Services are
responsible for designating critical or non-critical application. In many
cases, even otherwise adequate technical descriptions do not contain
information required to make a criticality determination. When the
Military Service has not designated the criticality of an item and
available technical data does not clearly indicate a non-critical
application, personnel will request such a determination from the
responsible ESA. On the other hand, if an item is designated as having
a critical application, but available information clearly disputes this
fact, a request for verification from the responsible ESA should be
initiated. In no case will Military Service designated critical application
items be changed to non-critical without the specific approval of the
ESA. If an item has multiple applications, only one being critical, it
will still be treated as having critical application in determining the
appropriate QAPs.
(4) Analyze the quality history of the item. In developing QAPs,
personnel must consider all available information, such as: quality
complaints, record of preaward surveys, postaward orientation
conferences, special inspection requirements, as well as any other
factors bearing on the item or contracting action. The Quality
Evaluation Program (QEP), or other systems for retaining quality
history, should be consulted for information on the item.
(5) Check for combined product and service contracting action.
Personnel should be aware of the increasing tendency for individual
contracts to include requirements for the acquisition of supplies and
services, i.e., maintenance, storage, and mobilization support. In these
cases, assure the QAPs provide for both the service and the product.
(6) Determine and develop the appropriate requirements for the QAP.
When developing QAPs, personnel shall consider each of the
following:
(a) Select and include a specific type of contract quality requirement based upon the
item's technical description, complexity, and criticality, which is mandatory on all QAPs.
This shall be done in accordance with FAR, subpart 46.2, DoD FAR supplement, subpart
246.2, and DLAD 4105.1, Defense Logistics Acquisition Directive, subpart 46.2.
(b) Determine the applicability and use of DLAD 4105.1 clause 52.246.9001,
Manufacturing Process Controls and In-process Inspections, when a need exists to
strengthen the control of product quality.
(c) Develop inspection and test procedures, such as a requirement for laboratory testing,
to verify that materiel or services conform to requirements. Include complete information
regarding inspections/tests, including an appropriate sampling plan, to be conducted.
(d) Determine and designate the place of performance, either source or destination, for
Government CQA and acceptance actions. Place of performance is mandatory for all
QAPs.
(e) Establish/develop requirements and procedures for First Article testing, or bid
samples, as required.
(f) Determine appropriateness of a Certificate of Conformance (CoC) provision.
(g) Determine need for, and develop, requirements for Certificate of Quality Compliance
(CoQC).
(h) Determine need for, and develop, requirements for Statistical Process Controls.
(i) Determine whether warranty provisions should be included. f. Personnel assigning
QAPs will:
(1) Determine if definitive QAPs have been provided by the
responsible Engineering Support Activity/Specification Preparing
Activity (ESA/SPA). If specific requirements have been requested by
the ESA/SPA, analyze these for applicability and appropriateness.
Requirements that are not appropriate for the situation should be
clarified with the respective ESA/SPA.
(2) Use their product technical and service knowledge. This is
necessary since each individual must have a technical knowledge of
their managed products and services before QAPs can be realistically
developed and assigned. Otherwise, assignment of QAPs is largely an
arbitrary determination, which can ultimately lead to quality problems
or a needless expenditure of resources.
(3) Review technical data. Analyze the item description, statement of
work, drawings, specifications, and any other technical data provided
or referenced in the item requirements. When personnel cannot
determine QAPs, due to the inadequacy or unavailability of technical
data, clarification from the ICP's Technical person/element assigned to
the item and/or the appropriate ESA/SPA will be obtained in
accordance with DLAR 3200.2, Engineering Support for Procurement.
During the review of the technical data, any corrections that are
required to the technical requirements should be brought to the
attention of the ICP's Technical person responsible for the item.
(4) Provide computer inputs, in support of ICP initiatives to automate
contracting operations (i.e., record the determination in the CTDF and
place rationale in the QEP).
5. PACKAGING QUALITY ASSURANCE REQUIREMENTS
a. Assuring that proper QAPs are recommended does not stop with the product itself. The
QAPs must also include the Quality Assurance aspects of the packaging and marking.
b. Personnel performing packaging functions at the ICPs will determine the level of
packaging required to provide adequate protection for the item at the least cost, from time
of contracting to use.
c. Personnel performing quality functions will:
(1) Assure definitive Quality Assurance requirements for packaging are
included in ICP contract documents consistent with the technical
packaging requirements. The Quality Assurance requirements include
defining inspection levels, sampling plans, types of defects for the
packaging and marking, and, when appropriate, required packaging
tests.
(2) Review, determine, develop and assign Quality Assurance
requirements for packaging.
(3) Develop Quality Assurance requirements for packaging in advance
of actual contracting according to established priorities and guidance.
Such requirements will be entered into automated systems to the
maximum extent possible.
(4) Incorporate Quality Assurance requirements for packaging
furnished by the Services and/or other Government agencies in contract
documents. If established requirements are ambiguous or are not
definitive, or if the latest packaging/inspection/test technique, method
or technology can be substituted, clarification will be requested from
the appropriate technical activity.
(5) Consider packaging historical data, such as discrepancy/deficiency
reports and other user feedback data, in the development of Quality
Assurance contracting requirements for packaging.
6. CONTRACT QUALITY REQUIREMENTS
a. The contractor is responsible for product quality and for offering only conforming
materiel to the Government for acceptance. The basic statements of the contractor's
responsibility for quality, and the level of quality control that must be maintained, are
contained in the contractual quality requirement.
b. The contract quality requirement shall be the first QAP requirement to be determined.
This will assist in selection of other QAP requirements.
c. A comprehensive review of all technical data will be conducted by personnel
performing quality functions prior to determining the type of quality requirement for a
specific item. If necessary, ICP Technical personnel/element, and the Military Service
ESA/SPA personnel, with specialized knowledge of the product should be consulted to
assist in assigning an appropriate contract quality requirement.
d. The criteria given in FAR subparts 46.202 and 46.203, DFARS subparts 246.202 and
246.203, and DLAD 4105.1 subpart 46.2, shall be used as guides in selecting an
appropriate type of contract quality requirement. As shown therein, the item's technical
description, complexity, and criticality are the primary determining factors as to which of
the four requirements should be applied. When circumstances warrant, a requirement
different than that arrived at through use of the criteria may be specified, however, the
decision to deviate from the criteria must be founded upon a sound technical base.
(1) When a Military Service ESA has designated a specific contract
quality requirement for an item, personnel should consider this in
making their determination. However, if technical data is available and
doesn't support the Service's designation, assignment of a contract
quality requirement, which fits the needs of the item, should be made.
Prior to assigning a less stringent quality requirement, the ESA should
be informed, as they may have other information, which supports their
designation.
(2) When the only technical item description available is "limited
rights," or proprietary, the item should be treated as having a Military-
Federal item technical description.
e. Far Part 46 identifies four types of contract quality requirements and describes the
purpose of each. The four types are:
(1) Contracts for Commercial Items (FAR subpart 46.202-1). When
acquiring commercial items (see FAR Part 12), the Government shall
rely on contractors' existing quality assurance systems as a substitute
for Government inspection and testing before tender for acceptance
unless customary market practices for the commercial item being
acquired include in-process inspection. Any in-process inspection by
the Government shall be conducted in a manner consistent with
commercial practice.
(a) Per FAR PART 12-208, the Government shall rely on the contractor's existing quality
assurance systems as a substitute for Government inspection and testing before tender for
acceptance unless customary market practices for the commercial item being acquired
include in-process inspection.
(b) For commercial items determined to be safety-critical or critical application that have
had quality problems in the past, alternative inspection procedures may be included in an
addendum to the solicitation/contract. Because the Government must rely on contractors'
existing quality assurance systems, it becomes essential that past performance evaluation
regarding quality be performed to assess the proposal before award. This may be done
through market research of the quality of the commercial item (for new vendors), review
of quality history, i.e., QEP, or through the inclusion of evaluation factors (FAR subpart
52.212-2) in the solicitation.
(c) For items purchased to a Commercial Item Description, a general conformance
statement QAP shall be used, similar to the following: "5.1 Product Conformance. The
products provided shall meet the salient characteristics of this commercial item
description, conform to the producer's own drawings, specifications, standards, and
quality assurance practices, and be the same product offered for sale in the commercial
market. The government reserves the right to require proof of such conformance."
(2) Government Reliance on Inspection by the Contractor, commonly
known as the Contractor Inspection Clause (FAR subpart 46.202-2).
(a) Except as specified in (b) of this section, the Government shall rely on the contractor
to accomplish all inspection and testing needed to ensure that supplies or services
acquired at or below the simplified acquisition threshold conform to contract quality
requirements before they are tendered to the Government (see 46.301).
(b) The Government shall not rely on inspection by the contractor if the contracting
officer determines that the Government has a need to test the supplies or services in
advance of their tender for acceptance, or to pass judgment upon the adequacy of the
contractor's internal work processes. In making the determination, the contracting officer
shall consider [1] The nature of the supplies and services being purchased and their
intended use; [2] The potential losses in the event of defects; [3] The likelihood of
uncontested replacement or correction of defective work; and [4] The cost of detailed
Government inspection.
(3) Standard Inspection Requirements, (FAR subpart 46.202-3).
(a) Standard inspection requirements are contained in the clauses prescribed in FAR
subparts 46.302 through 46.308, and 46.310, and in the product and service specifications
that are included in solicitations and contracts.
(b) The clauses referred to in (a) of this section [1] Require the contractor to provide and
maintain an inspection system that is acceptable to the Government; [2] Give the
Government the right to make inspections and tests while work is in process; and [3]
Require the contractor to keep complete, and make available to the Government, records
of its inspection work.
(4) Higher-Level Contract Quality Requirements. When a Higher-Level
contract quality requirement is warranted, the applicable ICP
clause/QAP should be used. Whenever a Higher-Level requirement is
used, FAR subpart 52.246-2, Inspection of Supplies Fixed-Price, must
also be used. The Higher-Level Contract Quality Requirements
clause/QAP gives contractors a blank to fill in to indicate their
preference for a particular standard(s). The options are for the
contractor to:
(a) Implement a documented quality system in accordance with the appropriate
International Organization for Standardization (ISO)9000/American National Standards
Institute (ANSI) or American Society for Quality Control (ASQC) Q90 standard, or;
(b) Implement a system that meets other recognized industry (not ISO/ANSI/ASQC)
standards, or;
(c) Implement a system that meets the Government's requirement. This system shall not
have previously been determined by the Government to be insufficient for its purposes.
(d) When requesting a higher-level contract quality requirement, personnel may: [1]
Specifically cite the inclusion of ISO 9003, for situations where use of a commercial
standard is appropriate, but ISO 9002 is considered too stringent. [2] Request to modify
existing contracts (that were written when MIL-I-45208 and Mil-Q-9858 were still used)
to permit use of the appropriate ISO 9000/Q90 standard instead of MIL-I-45208 and
MIL-Q-9858. This should only be done if the contractor and Government mutually agree
to the change. This will ordinarily be accomplished at no cost to either party. In revising
these old contracts, you are cautioned not to use ISO 9003 in place of a MIL-I-45208
system, since these are not equivalent systems. (The latter is more stringent as a stand-
alone document.) Use of ISO 9003/Q9003 is only appropriate where conformance to
requirements is to be assured solely at final inspection and test. [3] Tailor the ISO 9002
requirements to a level sufficient to meet the contract needs to avoid imposing excessive
requirements on the contractor. Tailoring the requirements may be appropriate when:
soliciting for items that were previously satisfied with MIL-I-45208 and MIL-Q-9858
standards and higher-level is not required; there is evidence that no responses will be
received for solicitations that require ISO 9000 or equivalent; or, a solicitation is released
with the ISO requirement and no responses are received. However, specifying that the
process control requirement of ISO 9001 or 9002, or other industry standards is
inapplicable in any procurement should be carefully weighed, since the intent of
eliminating MIL-I-45208 and MIL-Q-9858 was to substitute process controls and non-
government standards in place of military-unique quality assurance systems.
(e) During evaluation of higher-level contract quality requirements, personnel should
remember that any quality system proposed by the contractor needs to provide for the
Government's ability to audit/validate its capabilities to ensure the safety and satisfaction
of our customers. Additionally, during any pre- and/or post-award conferences the
contracting officer should stress that the quality system proposed shall satisfy the needs
of the individual procurement. It should be clear that the contractor retains quality
responsibility for the supplies or services furnished under the contract and their
conformance to the contract requirements.
(f) It may be appropriate to evaluate the contractor's proposed quality system in the
context of the technical evaluation portion of a best-value source selection. Refer to FAR
subpart 15.6, DFARS subpart 215.6, and DLAD subpart 15.6. If evaluating a quality
system is part of the technical evaluation, then personnel performing quality functions
should perform the evaluation of quality as the subject matter experts in ISO (or similar)
validated and/or certified systems.
7. PLACE OF PERFORMANCE OF GOVERNMENT CQA
a. Government Contract Quality assurance (CQA) must be designated either at source or
destination and is mandatory on all QAPs. Government CQA actions at source normally
consists of a review of the contractor's processes (including the contractor's contract
quality system) that may be coupled with a technical inspection of the supplies. Technical
inspection (as to form, fit, or function) is the examination and/or testing of supplies to
determine their compliance with contract requirements. Government CQA actions at
destination will normally consist of kind, count and condition verification, unless a
Quality Assurance Letter of Instruction (QALI) requesting specific technical inspection is
provided to the activity at destination. ICPs requesting technical inspection at DLA
Distribution Depots should be aware of, and arrange for funding for, the cost of
inspection.
b. Prior to determining the place of performance for Government CQA actions, the
required QAPs and appropriate contract quality requirements should have been
determined. This is necessary because these determinations could affect, or possibly
mandate, where CQA actions will be performed.
c. CQA at source is mandatory for some specific categories of items, based upon the
critical nature of their application. Items so designated must be inspected at source
because it is necessary to provide additional assurance, through on-site Government
verification, that material conforms to requirements.
(1) For FSCAP items, Government CQA actions, including source
inspection, are mandatory with no exceptions.
(2) For other critical items, Government CQA actions shall usually be
performed at source.
(a) Exceptions to this policy shall generally be made for off-the-shelf items, or in those
situations where previous acquisition or quality history based on objective evidence
permits us to anticipate the receipt of fully-acceptable supplies. In these cases, a
determination may be made to perform Government contract quality assurance actions at
destination (this is the normal action to take). Objective evidence of good quality history
includes such indicators as laboratory testing results from Government-owned or
Government-contracted labs; previous acquisition experience of a sufficient
volume/period, during which there were no reported product defects/first article
failures/recurring waiver requests; prior quality certification under a Qualified Products
List or Qualified Manufacturer List program; and the like. This determination shall be
documented in contractor history files by item.
(b) When source inspection is still required for a critical application item, and the item is
acquired from a sole source that will not permit quality assurance at source, the matter
should be negotiated on a case-by-case basis to provide adequate consideration to the
Government for the added cost of performance of the necessary technical quality
assurance at destination, at a designated Government/commercial laboratory, or at the
using activity. Conversely, if the supplier insists on quality assurance at source for non-
critical or noncomplex items which are normally assigned for quality assurance at
destination, or for those critical application items that are exceptions to the source
inspection requirement, this matter should be negotiated with adequate consideration
flowing to the Government, on a case-by-case basis for the added cost of performance of
unnecessary Government quality assurance at source.
(c) CQA at source may also be necessary when there are requirements for technical
inspection; e.g., first article inspection, in-process inspection, and/or requirements for
special testing or detailed inspection. Contracts should be assigned for contract quality
assurance at destination if verification as to type and kind, quantity, and condition is
sufficient.
(d) Some sole source suppliers refuse to allow CQA at source. If this occurs and there is
insufficient information available (attempts to obtain additional technical data have been
unsuccessful) for the performance of technical inspection during subsequent functions of
supply, the reliance must be placed upon the supplier's objective evidence of quality
conformance (also true of non-critical items).
(3) CQA at source will be specified for all Individual Repair Parts
Ordering Data (IRPOD) items. IRPOD items are identified when ICPs
procure and manage materiel for use in the Naval Nuclear Propulsion
Program (NNPP) and the Nuclear Plant Material (NPM) parts/spares
program. Maximum confidence is required that this materiel conforms
to requirements since it is used in critical shipboard and land systems.
In certain cases, QA personnel must extract salient technical data
contained in the IRPOD documents and have it incorporated into
contracts as Quality Assurance Provisions. IRPOD documents may also
contain pages that specify Mandatory Inspections (MIs) to be
performed by the Government to assure that the materiel conforms to
requirements. These MIs shall not be incorporated into the contract,
since QA personnel will forward the applicable MIs as part of a QALI
to the appropriate CAS office(s). CoC will not be incorporated in any
contract for IRPOD items.
(4) In addition to the above situations, CQA at source is mandatory if
any of the following situations are applicable:
(a) Performance at any other place would require uneconomical disassembly or
destructive testing. (This should be determined through review of the technical data and
knowledge of inspection requirements of the item.)
(b) Considerable loss would result from the manufacture and shipment of unacceptable
supplies, or from the delay in making necessary corrections. (A review of the past history
(QEP should be used, if available) will indicate if shipment of unacceptable supplies has
been provided in the past.)
(c) Special required instruments, gauges, or facilities are available only at source.
(d) Performance at any other place would destroy, or require the replacement of, costly
special packing and packaging.
(e) Government inspection during contract performance is essential. (This might be
indicated through Military Service designating QAPs.)
(f) It is determined for other reasons to be in the Government's interest. (In general, when
a technical inspection is necessary to assure that an item conforms to requirements, and
this inspection cannot be adequately conducted at destination.)
(g) At the current time, FAR subpart 46.402 also specifies that [CQA at source is
mandatory when] " (e) A higher level contract quality requirement is included in the
contract,(see FAR subpart 46.202-4); and (g) Supplies requiring inspection are destined
for points of embarkation for overseas shipment (unless the contracting officer
determines in advance that necessary inspection functions can be provided at such
points". A change to this policy has been requested, but DoD activities have obtained a
deviation to this policy that was issued by the USD (A & T) Defense Procurement
Director on November 6, 1997. This deviation deleted mandatory Government CQA at
source rules (e) and (g) from FAR subpart 46.402. The reason for the deletions were to
remove barriers, and allow procuring activities to determine that CQA at destination can
be utilized, which is the normal route to take.
d. CQA at destination should be requested if the item can be properly inspected at
destination. In addition to requesting the destination inspection on the contract, the person
performing the quality functions shall make arrangements with the activity that is to
perform the inspection; a QALI may be used to request the inspection. Appropriate
instructions and funding should be provided. The decision should be based on the
technical makeup of the item, availability of test equipment, presence of capable
inspection personnel at destination, and the absence of any mandatory source inspection
requirements.
(1) Purchases of commercial, non-critical items described by only a
part number, should normally be assigned for destination inspection.
(2) Contracts should require CQA at destination if verification as to
kind, count, and condition is sufficient, and the item has a noncritical
application.
(3) When the required testing equipment is located at destination,
inspection will be assigned at destination.
(4) In general, if an item does not require mandatory source inspection,
attempts to obtain additional technical data have been unsuccessful, and
available data is not sufficient to specify technical inspection
characteristics, then destination inspection should be assigned.
(5) A guide (Figure 7-1) has been developed that may be used to give
indications of where GSI might be placed. This only gives an indication
and should not be relied upon for conclusive determinations without
reviewing other available information.
GSI DECISION GUIDE
(THIS LISTING IS NOT INCLUSIVE OR MANDATORY)
KEY FOR NO GSI = GOOD QUALITY HISTORY
GSI IS NOT RECOMMENDED WHEN QUALITY HISTORY IS GOOD PLUS ANY OF THE
FOLLOWING:
OEM
Part Number Buy
10 Awards + PVT
Long Term Contracts
Non Critical + Sole Source + OEM
First Article Approved (follow on)
QSL/QML/QPL
Test/Inspect Capability at Destination
Commercial Item (Off The Shelf)
Shelf Life Items + Application
Purchases from Distributors
Prime Vendor Program
Non-complex
Low dollar value
Certificate of Conformance (CoC)
Third Party
Contractor Self Qualification
Higher Level Quality Requirement (FAR Change in process)
Overseas shipment without special transportation, packaging or handling
Extended Warranties with Repair & Replacement
Off The Shelf (Military)
Other Government Activities (i.e., GSA, FDA, DOT...)
New Contractor + Good Commercial Market Research
FIGURE 7-1
KEY FOR GSI = NO OR UNSATISFACTORY QUALITY
HISTORY
GSI IS RECOMMENDED IF THERE IS NO OR UNSATISFACTORY QUALITY HISTORY PLUS
ANY OF THE FOLLOWING:
Flight Safety Critical
Safety Critical
Life Support Equipment (i.e., Egress, Parachute...)
Level 1 Subsafe
Navy Nuclear Propulsion
Mission Essential (excluding partial capability)
Explosive Safety
Ammunition
Critical Support Equipment
New Contractor + No Commercial Market Research
Special Packaging
Special Test Requirements
First Article/Initial or Production Lots
Poor Delivery Performance
Financial Instability
Nuclear Weapons
Nuclear Biological Chemical (NBC) Weapons/Equipment
Hazmat
Public Law (USDA, FDA, etc.)
High Reliability Items
Low Quantity + Complex + Military Application
Unique Processes (i.e., Clothing & Textile, Composite...)
Application of Item (i.e., M-16...)
First Time Breakout
New Technology
FIGURE 7-1
e. With the exception of those items requiring mandatory source inspection, an item's
quality history may indicate that a change in place of performance is warranted.
(1) When an item has been designated for source inspection on
previous contracts and the quality history has been consistently good,
consideration should be given to specifying destination inspection.
(2) When an item's quality history is unsatisfactory, and destination
inspection has previously been identified, consideration should be
given to requiring source inspection and, where necessary, issuing a
QALI requiring MIs for the item.
f. Place of Acceptance. Ordinarily the place of acceptance is assigned at the same
location as the place of performance for CQA actions. Items assigned source inspection
will normally be accepted at source, and items assigned destination inspection will
normally be accepted at destination. However, it should be recognized that there are
instances where inspection can be at source and acceptance at destination.
8. CERTIFICATE OF CONFORMANCE (CoC)
a. A CoC is a contractor's certification that the supplies are of the quality and quantities
specified, and are in all other respects in conformance with contract requirements.
b. Usually, CoC is only used in certain instances in lieu of Government source inspection.
However, when quality history (i.e., QEP), if available, indicates that the quality of the
item is consistently good, and it is only necessary to obtain a statement of certification,
CoC may be used in contracts which assign inspection at destination. A CoC shall not be
used for acceptance of supplies, nor as the basis for payment.
c. At the discretion of the Contracting Officer, the CoC clause may be inserted into
solicitations and contracts where:
(1) Small losses would be incurred by the Government in the event of
defects and/or;
(2) Knowledge of the supplier's reputation and performance provides
assurance that defective supplies would be replaced without contest.
d. The Contracting Officer's decision to include the CoC clause in a contract is the first of
two steps required before a contractor is allowed to use CoC in lieu of Government
source inspection. The second step involves the cognizant CAO giving the contractor
written authorization allowing the contractor to ship supplies under CoC. This additional
step is necessary because:
(1) The CoC clause may be used in competitive solicitations where the
successful contractor is unknown prior to award and his reputation
and/or performance may not meet the criteria specified above.
(2) It gives the final approval authority to the Government element
normally having the most current information concerning the
successful contractor's overall performance record and production
capability.
e. Personnel performing this function shall assist the Contracting Officer in determining
whether the CoC should be included in DLA procurements.
(1) In most cases, the Contracting Officer's decision on the use of the
CoC clause is primarily based on information concerning the potential
supplier(s) rather than on the nature of the item(s) involved. For this
reason, it is imperative that the Contracting personnel are kept informed
of any adverse quality information associated with suppliers. When
determined appropriate, based on a record of unsatisfactory quality
performance, personnel will recommend against the use of the CoC
clause in contracts awarded to a specific contractor. Also it is
recommend not to use CoC in initial solicitations involving a new
item(s).
(2) There are cases where the nature of the item (or class of items)
should play an important role in the Contracting Officer's decision
concerning the use of the CoC clause:
(a) In the case of IRPOD item procurements, personnel will, as a minimum, extract the
MIs contained in the IRPOD document and forward them under a QALI with the CAO's
copy of the contract. The MIs must be performed at source. The CoC clause should not
be used with IRPOD items.
(b) If an item (or class of items) requiring Government inspection at source has a record
of quality problems, personnel shall review all available quality information and, if
determined appropriate, recommend to the Contracting Officer that the CoC clause not be
used in procurements for that item (or class of items). Where there are several potential
suppliers of an item with a record of quality problems, and these problems are associated
with only a few such suppliers, it is recommended not to use the CoC clause in
procurements involving the specific suppliers, rather than not using it for the item.
(c) If an item(s) is identified by the Military Service(s) as having a critical application,
particularly weapon system items, CoC should not be used in solicitations without a
careful review of quality data and a conscious decision being made.
f. Personnel shall perform contract reviews, and provide quality history to the CAO with
appropriate recommendations regarding the CoC, when the contractor is new or has
adverse quality history. The CAO should also be alerted of any adverse item quality
history.
9. CERTIFICATE OF QUALITY COMPLIANCE (CoQC)
a. A CoQC is a contractor's certification that provides specific detailed information and
objective evidence that the materiel offered for acceptance meets all contract and
specification requirements. CoQCs can only be used on safety-critical and other critical
items that have had significant quality problems in the past.
b. CoQC requirements are not the same as CoC requirements. The CoC enables
contractors to submit a certification that supplies are of a quality and quantify specified in
lieu of Government inspection being performed. The CoQC is a certification that does not
affect the performance of inspection. The CoQC is an additional requirement to the
performance of Contractor inspection that provides a detailed certification of the specific
inspection and tests required, and the actual results achieved.
c. The CoQC may be used for both source inspected contracts and destination inspected
contracts. In the case of destination-inspected material, the certificate (or a copy) must
accompany the shipment. For source-inspected material, the original certificate must be
available for a period of 4 years. When requested by the contracting officer the
Contractor shall make the certificate available for review. A copy may (but need not)
accompany the shipment.
d. When objective quality evidence is needed to assure that the supplied materiel meets
all contract and specification requirements of items, a requirement for a CoQC should be
requested. This requirement should also be considered for inclusion when a certified test
report for materials is needed, whether the anticipated contractor is, or is not, the
manufacturer of the material.
e. DLAD 4105.1, part 46.3, and the contract clause at paragraph 52.246-9000, contain
details of the use of COQC. The contract clause "shall be inserted for solicitations and
contracts for safety-critical (i.e., Class 3 threaded items) or for critical items that the
ESA/SPA, and/or Center Quality/Technical element [personnel] have identified as
experiencing significant quality problems in previous procurements". The following
conditions must be present:
(1) There is a product specification, drawing or standard designated in
the Procurement Item Description (PID) and,
(2) The ESA/SPA and/or Center Quality/Technical personnel have
determined that objective evidence in the form of a specific COQC is
needed to ensure that the material offered by the supplier meets all
contract and specification requirements.
(3) The contract clause at 52.246-9003, Measuring and Test
Equipment, shall be used in solicitations and contracts which contain
both the CoQC and the standard inspection clauses.
(4) The contract clause at 52.246-9004, Product Verification Testing
(PVT) shall be used in solicitations and contracts which contain the
CoQC clause and which call for inspection at source.
f. Personnel performing quality functions will:
(1) Determine the need for objective evidence. CoQC should be
requested when the materiel being acquired is critical or safety-critical,
and:
(a) The ESA requests that the CoQC clause be used.
(b) The quality of materiel can be readily ascertained through the use of CoQC.
(c) Previous, or potential, nonconformances indicate that the CoQC clause is necessary.
(2) Determine if an additional, extraordinary, review (in excess of QAR
routine review) is required, i.e., by the ESA, ICP QA person, and
laboratory.
(a) If the ESA has requested review of the CoQC, the Contracting Officer should be
advised to include this submission requirement in the contract.
(b) Determine if verification of the certification is necessary and request the Product
Verification Manager to make the necessary arrangements for the testing.
(3) Determine whether the DLAD 4105.1 clauses for Measuring and
Test Equipment and Product Verification Testing are required.
(4) Input CoQC requirements in advance of contracting into the
automated systems to the maximum extent possible.
(5) Review all (source and destination inspection) contracts where the
CoQC clause has been requested, to assure that the CoQC has been
included.
10. MANUFACTURING PROCESS CONTROLS
a. An additional contract quality requirement on Manufacturing Process Controls and In-
Process Inspections is identified in subpart 46.202-3(90) of DLAD 4105.1, Defense
Logistics Acquisition Directive (DLAD). This requirement is to be used when stronger
control of manufac-turing operations and inspections is needed, e.g., controlled processes
and operations are essential, or the item contains product characteristics that cannot be
inspected at a later stage. Specific criteria for use of this requirement for clothing and
textiles are provided in subpart 46.202-3(90) of the DLAD.
b. Personnel performing quality functions will:
(1) Determine the need for stronger manufacturing controls for specific
items or contractors. The DLAD 4105.1 clause should be requested
when:
(a) The ESA requests that the stronger control be exercised.
(b) Previous, or potential, nonconformances indicate that stronger control is necessary.
(c) Stronger manufacturing process controls and in-process inspections are required to
ensure the integrity of the product.
(2) Input the manufacturing process controls, DLAD 4105.1 clause,
into the automated systems to the maximum extent possible.
(3) Evaluate requests for waiver of the contract requirement and
document justifications to change the requirement.
11. BID SAMPLES
a. An invitation for bid may require bidders to furnish a sample of the product offered.
This sample is called a "Bid Sample." Bid samples are only used to determine the
responsiveness of the bid and are not used to determine ability to produce the required
items.
b. Bidders will be required to submit bid samples when there are characteristics of a
product that cannot be adequately described in the applicable specification or purchase
description. The reasons for requesting a bid sample must be justified, documented, and
included in contract files unless the requirement for a bid sample is specifically required
by the formal specification applicable to the contract.
c. Personnel responsible for quality will determine the requirement for bid samples and
take the following actions:
(1) Determine if there are characteristics of a product which cannot be
adequately described in the applicable specification or purchase
description.
(2) When a bid sample is required, identify the following:
(a) Number of units required and, where appropriate, the size of the bid samples.
(b) Characteristics for which bid samples will be tested or evaluated (if testing is
required, arrange for the testing of samples through the Product Verification Manager).
(c) Time required by the QA element to process the bid samples.
(d) Whether or not the approved bid sample will be used as a production standard.
(3) Coordinate with the SPA when bid samples are not considered
necessary despite a specification bid sample requirement.
(4) Justify and document the justification in the contract file.
(5) Notify the Contracting Officer of test results and results of
evaluation in a timely manner.
(6) Return bid samples to bidder, through the Contracting Officer,
when requested by the Contracting Officer, or arrange for disposal of
the bid samples.
12. FIRST ARTICLE REQUIREMENTS
a. FAR, subpart 9.3, sets forth the policy, implementing instructions, and contract clauses
with respect to First Article testing and approval. First Article testing and approval
consists of the testing and/or examination of items submitted by a contractor prior to
regular production on a contract or purchase order followed by the preparation/evaluation
of attendant test reports. First articles may be tested at the contractor's facility or at a
Government facility, depending upon contractual arrangements. Except in unusual
procurements, First Article clauses are called for in production contracts only.
b. Expanded First Article is another technique for examination of items. This is a
procedure where adaptability of a new specification to mass production methods is
validated at the same time that supply quantities are being acquired. First Article approval
tests are performed, participated in, or witnessed by Government personnel. The First
Article test report is prepared by the contractor or the Government test facility conducting
the test program.
c. The purpose of First Article testing and approval is to assure that the contractor can
furnish a product that meets contract technical and QA requirements, and therefore
minimizes risks for both the contractor and the Government. First Article tests at
contractors' plants and independent test facilities will be monitored by the CAO or other
cognizant activity prescribed by the contract. QA personnel at the ICP will provide, or
arrange for, specialized commodity expertise or related technical assistance when
required. The procuring activity and the SPA may elect to participate in the witnessing of
First Article tests and evaluation of attendant test reports based on such factors as the
contractor's history and item complexity.
d. To assist Government and contractor quality assurance personnel during the production
phase, ICPs will ensure that contractual coverage is provided to require at least one
approved First Article unit be held by the contractor at the production facility until all
production quantities have been produced and accepted. This First Article unit can be
referred to as a production or manufacturing standard/guide and baseline for examination
when defects are reported on delivered materiel or problems are uncovered during
production. In addition, good technical judgment must be applied in determining the total
number of First Article units to be tested for a given contract. This number must be a
sufficient quantity to clearly demonstrate materials used, manufacturing processes
employed, workmanship standards utilized, and the methods employed for the control of
quality are capable of producing an item that meets all the requirements specified in the
contract.
e. First Article inspection and testing requirements cannot be generalized or assumed.
They must be clearly stated in the contract. It should be noted that First Article tests may
be more detailed and extensive than those required for normal production.
f. QA personnel will, upon receipt of a purchase request, or through evaluations
generated by other actions:
(1) Assemble the technical data package and review it for First Article
test requirements. The FAR, paragraph 9.3, provides the criteria where
First Article approvals are particularly appropriate. However, if there is
no specification requirement for First Article testing and approval,
consideration should be given to its use if the product has a history of
unsatisfactory quality or if the product is not adequately defined, i.e.,
manufacturing processes could vary and affect the product. Where it is
determined that First Article approval is required, or if the ESA
requests First Article testing, that requirement should be added to the
mechanized contracting system for future acquisitions.
(2) Make a determination as to whether the contractor or the
Government should be responsible for First Article testing when not
specified by the applicable contract document. This determination
should be based on whether or not potential contractors have, or can
arrange for, the necessary test equipment, facilities, and personnel as
well as consideration of other factors of efficiency and economy that
are applicable to the particular circumstances. If a decision is made that
the Government must perform First Article tests, the place, cost, and
time of testing will be determined and arrangements will be made for
funding and the issuing of project orders as required. The ICP Product
Verification Manager shall be consulted for assistance to arrange
Government Testing.
(3) Recommend the insertion of the applicable clause set forth in FAR,
paragraphs 52.209-3 or 52.209-4, and develop the following
information that clearly describes the details of the First Article Test for
inclusion in, or reference by, the solicitation and resulting contract:
(a) The specific First Article tests and evaluations to be conducted by the
contractor/Government, including the sequence of processes, testing, and evaluations,
where required.
(b) The number of units to be tested.
(c) The data required.
(d) The criteria (e.g., accept/reject numbers) for determining conformance to the First
Article requirement specified. Collaboration with the Military Services may be necessary
to accomplish this. References to specific paragraphs in the specification are required.
Describing First Article requirements in general terms (i.e., visual, dimensional,
workmanship, specification compliance, and meeting contract requirements) is
prohibited. This is necessary to ensure that the contractor and the Government (in-plant
QAR, ACO, and PCO) clearly understand and interpret contract terms and conditions.
(e) The format of the test report (e.g., test reports prepared in accordance with MIL-STD-
831, Test Reports, Preparation of) for tests and evaluations to be conducted by the
contractor.
(f) Who has authority for acceptance of the First Article (i.e., the Government QAR or
the PCO).
(g) Time required for the First Article evaluation (including testing, if appropriate).
(h) Location where evaluation of the First Article and/or test report will be performed
(i.e., at the ICP, the plant site, or at a Government testing facility).
(i) Number of approved First Articles to be held by the contractors as a manufacturing
standard/guide.
(j) Statement that the First Article must be manufactured at the facility in which that item
is to be produced under the contract.
(k) The data required including the data to be submitted to the Government in the First
Article test report. When the Govern-ment is responsible for such testing, state the tests to
which the First Article will be subjected.
g. Review the quality history of the apparent successful bidder and make appropriate
recommendations to the Contracting Officer when waiver of the requirement for First
Article testing is considered (see FAR, paragraph 9.306(c)).
h. Arrange, through the ICP's Product Verification Manager, for any testing to be
performed by the Government.
i. Arrange for the monitoring of, or participation in, contractor testing by Government
representatives as necessary.
j. Arrange for evaluation of the First Article and/or test report. A complete review of the
test report should include:
(1) Legibility and proper format of report.
(2) Completeness of the report to include: signature and comments of
the QAR, identifying information (i.e., contract number, NSN,
nomenclature, contractor, and facility), and required materiel
certifications.
(3) Correctness of test methods and standards.
(4) Proper preparation for, and performance of, the test. This includes,
but is not limited to, checking to determine that: the test was
completed, specific requirements were met, the correct
drawings/specifications were used, the current items were tested, and
the correct quantities were tested.
k. Advise the Contracting Officer whether the First Article should be approved or
disapproved. For disapprovals, the reasons for the decision must be given and the
contractor informed as to whether a second First Article will be required.
l. Arrange for the return of samples to the contractor or for proper disposal as appropriate.
13. TESTING REQUIREMENTS
a. If specific tests need to be performed by the contractor, during or after production, to
determine an item's conformance to contractual requirements, they must be included in
the contract. When there are specialized verification tests to be performed by the
Government, requirements and arrangements for these tests must also be included in the
contract.
b. Personnel determining testing requirements will:
(1) Review technical data, specifications, item and contractor history,
and contract information to determine the need for testing.
(2) Determine what testing is required, and whether the contractor or
the Government should perform the testing. To the maximum extent,
sufficient laboratory testing should be performed before acceptance of
the items regardless of the location of the testing. If Government testing
is indicated, The ICP Product Verification Manager shall be consulted
to determine whether the testing should be performed at Government
testing facilities or commercial laboratories.
(3) Develop testing requirements. Testing requirements developed will
identify the characteristics and functional requirements of the item to
be tested, but they will not normally specify the model of equipment to
be used.
(a) Each test specified should be for a known and completely understood purpose and
should be as simple as possible without loss of test integrity.
(b) Standard tests in accordance with Federal or Military Test Methods Standards or
Industry Standards should normally be used. The use of standard tests simplifies the
administration of test requirements by eliminating the need to develop a specific test
procedure for each item requiring testing. When standard tests are not available for
reference, or procedures are mandatory to assure that contractual performance is
demonstrated, appropriate test methods and procedures will be developed.
(c) Assistance may be obtained from the ICP's Technical personnel/elements, the
designated Test and Evaluation (T & E) point of contact, the ESA, and the SPA. DLA
personnel may contact the ESA and SPA directly to discuss testing and product quality
issues. Ambiguous testing requirements referenced in specifications will be referred to
the SPA for resolution.
(d) Assure testing requirements are identified as to who will perform them.
(e) Determine and specify the test reports required and the submission requirements.
(4) Provide the provisions and detailed test requirements to the
Contracting Officer with recommendations for inclusion in solicitations
and resulting contracts. Place test requirements in the automated
contracting systems to the maximum extent possible.
(a) Assure that contracts requiring Government testing include provisions for proper
selection of test articles, contractor packing, and delivery to a designated lab-oratory.
Contracts, including requirements for laboratory verifi-cation testing, must include
instructions for disposition and use of test articles. When contracts include requirements
for Government laboratory testing, specify required QAR actions in the QALI that is
prepared for the contract. Prepare and furnish a QALI to the QAR when the results of
Government testing of contract materiel indicates a need for special Government QA
attention during production, processing, contractor testing, or Government testing, prior
to acceptance of materiel.
(b) Through proper channels, obtain concurrence of the Military Surgeons General on
laboratory testing requirements involving the wholesomeness and sanitation aspects of
subsistence items.
(5) Arrange for DCMC QAR or Government/Commercial Laboratories
to perform test surveillance/ validation or to verify compliance with
contract technical requirements when necessary.
(a) Laboratory tests may be requested by DCMC QARs to verify results of contractor
tests, or compliance of delivered items with contract requirements. Verification tests
should be required if the contractor's test results are considered unreliable, or if accepted
product is suspected of not conforming to contract requirements. Contracts do not have to
be modified if test samples are selected from delivered shipments or depot stocks.
Contract modification may be necessary if samples are to be selected at the contractor's
plant, the contractor is asked to perform tests not required by the contract, or the
contractor is asked to package and ship samples to the designated test laboratory.
Requirements for contractors to perform any actions not included in their contract must
be referred to the Contracting Officer for decision and direction.
(6) Initiate requests for laboratory testing to the PVP Office. QA
personnel may request tests when necessary. DD Form 1222, Request
for and Results of Tests, is a convenient method of requesting tests, or
test surveillance that should be used when other forms are not
contractually specified. Requests made by DCMC QARs should be
formalized on DD Forms 1222.
(7) Review Contracts to determine if recommended test requirements
were incorporated.
14. METROLOGY AND CALIBRATION
a. ANSI/NCSL Z540-1-1994, American National Standard for Calibration - Calibration
Laboratories and Measuring and Test Equipment General Requirements, or ISO 10012-1,
Quality Assurance Requirements for Measuring Equipment - Part 1: Metrological
Confirmation System for Measuring Equipment will be specified in those contracts where
the technical nature of the item requires the contractor to maintain a calibration program
to assure delivery of products of the required quality. When MIL-STD-45662,
Calibration Systems Requirements, is required in drawings or specifications, the
ANSI/NCSL Z540-1-1994 or the ISO 10012-1 will be used.
b. The Calibration systems requirements may be tailored when items to be purchased do
not require a full calibration program.
c. Inclusion of calibration requirements in a contract when it is not required by
specification or drawing in the contract package will be limited to those instances where
tractability of calibration of contractor production or inspection equipment is necessary to
assure compatibility of items purchased with equipment being supported or to assure that
the items purchased will serve their intended purpose.
d. Calibration requirements normally will not be included in contracts for commercial or
off-the-shelf items. If they are required, justification must be prepared and submitted to
the contracting officer for preparation of a waiver. e. Test, Measurement, and Diagnostic
Equipment used by ICPs or Depots in the determination of contract compliance of
delivered items or verification of contractor performance shall be calibrated in
accordance with DLAR 4155.21 at appropriate periodic intervals. When ICPs note
inadequacies or errors in calibration of equipment or gages used to determine
acceptability of items purchased by that ICP, affected depots will be immediately notified
orally and in writing.
f. Within available technical capability and resources, ICPs will provide technical
assistance in metrology and calibration areas related to inspection of products purchased
by that ICP when requested by a depot. When technical capability is not available, ICPs
will request assistance from HQ DLA or the Military Service element being supported by
the items purchased.
15. WARRANTIES
a. A warranty is a contractual promise by the seller that extends his liability for defective
items for a stated period of time after Government acceptance. Its primary purpose is to
allow the Government an additional period of time after acceptance in which to
determine whether suppliers' products conform to con-tractual requirements and take
remedial action if necessary. Due to the increased liability associated with warranties,
they also serve to foster increased incentive among suppliers to provide quality products
or services to the Government.
b. The PCO must consider several factors in determining whether to use a warranty.
These factors include:
(1) Nature of the item and its end use. Factors that may support the use
of a warranty are as follows:
(a) Complexity and function of the item makes it difficult to detect all possible defects
prior to acceptance.
(b) Lack of available technical knowledge or adequate QAPs within the Government.
(c) Government inspection alone is not likely to provide adequate protection.
(d) Potential of significant harm to the Government if the items are found to be defective.
(2) Cost of the warranty related to its possible benefits.
(3) The Government's ability to enforce the warranty (administration).
(4) Whether or not the item (or class of items) is customarily warranted
in the trade (trade practice).
(5) Available quality history associated with the item.
c. QA personnel should consider the criteria in paragraph b above and review the item's
quality history. When, based on these factors, personnel responsible for quality
requirements determine a warranty would be beneficial, they will recommend to the PCO
that the item be purchased under warranty.
(1) Even when one or more of the conditions listed under paragraph b
above exists and the Government has the ability to enforce the
warranty, if the quality history of the item has been good, QA
personnel may determine that use of a warranty is not necessary.
(2) Even when none of the above conditions appears to apply and the
Government has the ability to enforce a warranty, if the quality history
of the item shows significant supplier-related quality problems,
personnel responsible for quality requirements may determine that use
of a warranty would be beneficial.
(3) If the Government does not have the ability to effectively enforce a
warranty, its use would serve no meaningful purpose and a warranty
should not be recommended regardless of the item's nature or quality
history.
d. If a warranty is determined necessary, personnel responsible for quality requirements
should recommend to the PCO those items (or class of items) which should be purchased
under a warranty. When recommending the use of a warranty to the PCO, the rationale
for this recommendation should be provided to include pertinent information relating to
the nature of the item, warranty enforcement ability and quality history if available.
e. The PCO is required to take all factors, including cost, and trade practice
considerations, into account in determining whether a warranty should be used or not.
Therefore, although those factors may justify the use of a warranty, the PCO may choose
not to follow their recommendation based on these other factors.
f. When warranties are to be used, personnel responsible for quality requirements should
be prepared to assist the PCO in tailoring the warranty clause to fit the individual item (or
class of items) since the terms and conditions of a warranty clause may vary by item and
even with the circumstances of a specific contract.
16. STATISTICAL PROCESS CONTROL (SPC)
a. SPC is an element of a process improvement system that provides a method of
statistically monitoring and controlling processes of manufacturing through the concept
of "continuous quality improvement." The contractor first subjects the production process
to a process capability study. The contractor then compares the results to specification
requirements and uses the data to develop an SPC plan. The plan directs
operators/inspectors/ management when to periodically monitor predetermined product
characteristics. Measurements are recorded and plotted on control charts. The control
charts have computed "control limits," which are drawn as upper and lower limit lines on
the charts. The control limits are of assistance in judging the significance of variation of
the process characteristic around the target value. Plotted points falling outside of the
control lines during manufacture are a statistical signal indicating that assignable causes
have entered the process and the process must be investigated.
b. SPC helps distinguish between patterns of variation that are chance (random)/merit no
investigation or assignable/indicative of trouble. SPC uses a group of statistical and
problem-solving techniques arranged in a logical sequence to provide a clear picture of
where and why problems exist. With this information, managers can make the decisions
necessary to solve these problems and make improvements in both product and process.
c. A QAP, which has been fully coordinated with both DLA Legal and DLA Acquisition,
has been developed to implement SPC, (figure 16-1). This SPC QAP should be cited in
DLA contracts when it is appropriate to require the use of SPC by the contractor. To
support this policy, personnel responsible for quality requirements shall assist the
Contracting Officer in determining whether the SPC QAP should be included in DLA
procurements which require Higher-Level Quality Requirements, and when either a
requirement exists to control processes, or when continuous improvement in quality is
desired.
d. In addition to the above policy criteria, SPC should be considered when stronger
control of manufacturing operations and inspections is needed, when controlled processes
and operations are essential to prevent nonconformance, or when the item contains
product characteristics which cannot be inspected at a later stage. Prime candidates for
SPC include complex/critical items, major equipment/systems, high volume
procurements, or where the technical requirements of the contract are such as to require
control.
e. The person performing QA functions can assure the manufacturing the contractor
monitors processes by recommending that the Contracting Officer cite the SPC QAP in a
contract. The SPC QAP may be requested as determined by past Quality history,
technical description of item, complexity and criticality of application.
QUALITY ASSURANCE PROVISION
MANDATORY USE OF STATISTICAL PROCESS CONTROLS
A. GENERAL REQUIREMENT: The contractor agrees to manage and improve process
performance through the evaluation of the quality of the product at the prime contractor
and/or subcontractor facilities, using Statistical Process Control (SPC) techniques.
1. Minimum criteria are established in the former American National Standards Institute
(ANSI) Z1.1, Z1.2 and Z1.3, now the American Society of Quality Control (ASQC),
standards B.1, B.2 and B.3. Alternate SPC techniques, such as short run methods, are also
allowed where applicable.
2. This Quality Assurance Provision applies to all work performed at the prime contractor
and/or subcontractor facilities.
B. SPECIFIC REQUIREMENTS:
1. The contractor shall identify the characteristics to be controlled using SPC techniques
to the Contract Administration Office (CAO) Government Representative for a
determination of acceptability prior to the initiation of First Article or normal production.
The characteristics requiring control will be those characteristics providing the best
assurance of product conformance to contract requirements. In addition to the
characteristics identified by the contractor, the following Contracting Office designated
characteristics will be controlled using SPC techniques_______________________
_____________________________________________________________________.
The contractor should identify in writing any changes to the characteristics initially
identified (either contractor or Government designated), to be controlled using SPC to the
CAO Government Representative for review and determination of acceptability.
Proposed changes to Contracting Office-designated characteristics will not be
implemented until the Contracting Officer provides written approval.
2. The contractor shall write a plan implementing SPC techniques and make it available
for government review prior to initiation of first article or normal production. This plan
shall cover as a minimum:
a. Operations where SPC will be implemented.
b. SPC methods to be applied.
c. Process capability studies to be completed.
d. Methods for control of vendor quality.
e. The sample size and frequency of measurements.
f. The criteria to be used in modifying sample size and frequency of measurements.
g. The audit procedures used to validate the accuracy, adequacy and interpretation of
control charts.
h. Training and qualification requirements for personnel involved in SPC.
i. Criteria for determining an out of control condition.
j. Identification of the responsibility for performing measurements and corrective actions.
k. General policy for applying SPC along with goals and commitments.
l. Documents and records utilized in the SPC program.
m. The corrective action procedures to be used and actions to be taken upon statistical
signal or an out-of-tolerance condition. This plan is subject to disapproval by the
Government following a determination that it lacks the capability to provide control of
contract requirements.
3. The contractor agrees to maintain current, and make available, all documents/records
required by the SPC plan for Government review at any time throughout the life of the
contract and for three years after final delivery on the contract.
4. When processes reach a state of statistical control and the product conforms
completely to contract requirements, the contractor may petition the Procuring
Contracting Officer (PCO), through the CAO, to reduce the contract acceptance sampling
requirements. Previous contractual acceptance sampling criteria will not be changed until
the PCO provides written approval. The Government reserves the right to return to
original acceptance sampling requirements at any indication of a loss of process control
or a degradation in product conformance to contract requirements.
Figure 16-1
f. Personnel responsible for quality requirements will:
(1) Determine applicability of SPC and recommend inclusion of the
QAP in the appropriate solicitations and resulting contracts.
(a) Upon receipt of the purchase request, or through evaluations generated by other
actions, determine whether the SPC QAP should be incorporated in the solicitation.
Consider all available technical data and data from sources such as: Quality complaints,
records of Preaward Surveys, Postaward Orientation Conferences, special inspection, and
any other factor bearing on item or contracting action.
(b) Consider past problems (such as PVP/lab test failures, waivers, PQDRs),
critical/major characteristics, and field reports in order to select items/characteristics for
SPC application.
(2) Determine and specify to the Contracting Officer, the minimum
characteristics to be controlled by SPC and enter as part of the QAP.
Without the minimum characteristics, the contractor as a result of
Pareto analysis and critical characteristic criteria as described in the
QAP would determine the SPC application.
(3) Review contract documents to assure the SPC QAP is
administratively correct and technically sound for the item being
purchased, and take action to make changes when necessary. If the
recommended clause has not been incorporated, a recommendation for
inclusion shall be forwarded to the Contracting Officer.
(4) Provide support on SPC issues to the Contracting Officer and other
Government activities (e.g., DCMC), throughout the contracting
process.
(5) Use the SPC QAP (figure 16-1).
17. DEVELOPMENT OF STATISTICAL TECHNIQUES
a. Under proper circumstances, sampling will provide an economic means of determining
the probable quality level of a lot or batch of units of product of a single type, grade, size,
and composition which are manufactured under essentially the same conditions and
essentially at the same time. However, sampling plans are based upon the laws of
probability, and when they are used, the user must assume the risk that the sample may
not be representative of the quality level of the lot. When a decision is made to employ
sampling techniques, a comprehensive evaluation must be made of the capability,
limitations, and risks of the sampling plan selected.
b. The use of statistical sampling plans does not mean that the contractor has the right to
knowingly supply any defective materiel to the Government, nor does it mean that the
Government will knowingly accept defective materiel.
c. Acceptable Quality Levels (AQLs), Lot Tolerance Percent Defective (LTPD), and the
"Point-System" point counts have the effect of contractually authorizing the acceptance
of nonconforming materiel. They inhibit quality improvement since they imply that
defects are allowable. The use of these practices must be eliminated wherever feasible.
d. Personnel responsible for quality requirements shall ensure that each solicitation and
resultant contract, by contract clause, exhibit or specification reference, contains the
necessary requirements to provide an acceptable product. Statistical expertise in quality
assurance will be estab-lished at each ICP. Personnel will:
(1) Develop/review sampling requirements and accept/reject criteria in
specifications, purchase descriptions, QAPs, storage standards,
maintenance instructions and Commercial Activity Performance Work
Statements, and Quality Assurance Surveillance Plans.
(2) Take the following actions for AQLs, LTPD, and/or point counts:
(a) Use contractual means to override specification AQLs, LTPD, and/or point counts
when specifications must be used that contain AQLs, LTPD, and/or point counts, and the
specifications are not prepared/controlled by ICPs. These contractual means will require
rejection of any lot of materiel if even one defect is found in the sample inspections/tests
(i.e., require sampling plans that accept on zero defects and reject on one or more
defect(s)). The contractual means may include a material Acceptance Statement made
part of the Procurement Item Description (PID) or Supplemental Descriptive Data Table
(SDDT) in the CTDF or a QAP placed in the contract. These c=0 (accept on zero defects)
sampling plans will be constructed to provide less risk to the Government (of accepting
lots of materiel with defects) than the AQL, LTDP, or point count sampling plans that
they replace.
(b) Revise specifications (before the end of their current five-year review cycle) to
remove the AQLs, LTPD, and/or point counts when the specifications (including
commercial item descriptions) contain AQLs, LTPD, and/or point counts, and the
specifications are prepared/controlled by ICPs. The revised c=0 sampling plans will be
constructed to provide less risk to the Government than the AQL, LTPD, or point count
sampling plans that they replace. The AQLs, LTPD, and/or point counts may be replaced
with one or more of the following: [1] c=0 (accept on zero defects) sampling plans. [2]
100 percent inspection/test. [3] Use of Statistical Process Control (SPC). [4] Use of
process capability index (Cp) and process performance index (Cpk) to achieve variability
reduction. [5] A Part Per Million (PPM) quality reporting system that accumulates data
from individual lots using c=0 sampling plans to establish an ongoing quality assessment.
[6] Destructive tests with fixed sample sizes and explicit accept/reject criteria.
(c) Take immediate action to revise the specification as outlined in subparagraph (2)(b)
above, in lieu of a contractual override as outlined in subparagraph (2)(a) above, in those
situations where the ICPs are responsible for the specifications and standardized
sampling plans used for both commercial and military customers, and the use of different
sampling plans will cause procurement problems.
(d) Some exceptions to subparagraphs (2)(a) and (2)(b) above are: [1] The nature of the
commodity is such that it is necessary to be consistent with the industry's state-of-the-art.
[2] The cost of 100 percent conformance is excessive for non-critical application items
such as roofing nails, common incandescent light bulbs, clothing and textiles. [3] The
commodity is a medical product under the jurisdiction of Federal laws and regulations
administered by the U.S. Food and Drug Administration (FDA). [4] The commodity is a
subsistence product under the juris-diction of Federal laws and regulations administered
by the FDA, U.S. Department of Agriculture (USDA), or U.S. Department of Commerce
(USDC).
(e) Exceptions to subparagraphs (2)(a) and (2)(b) above must only be approved by the
ICP Commander or the Commander's designated repre-sentatives. Approved exceptions,
with supporting rationale, will be documented in appropriate files. Supporting rationale
will include market investigations that substantiate that AQLs, LTPD, and/or point counts
represent the best or only acceptable practice for measuring quality, when applicable. The
exceptions will be periodically reviewed by the ICPs to determine if conditions have
changed to permit the elimination of AQLs, LTPD, and/or point counts from DLA
contracts and/or specifications for these items. The ICP will decide how often these
periodic reviews of exceptions will be performed.
(3) Where a contractor submits a sampling plan, personnel will review
the plan to assure that it contains the confidence and quality levels that
are required.
(4) When "isolated" lots of materiel are procured (i.e., the units of
product or service are not produced in a continuing series of lots or
batches over a period of time), the use of AQL plans does not assure
the Government sufficient protection.
(5) Develop/review statistical criteria for evaluating contractors and
item performance history.
(6) Perform trend analysis and compute confidence levels and other
statistical measures.
(7) Perform an analysis of Complaints and present such analyses to
management.
(8) Provide training to QA and other personnel on the interpretation and
use of statistical techniques.
e. Considerable formal training and preparation in statistics are required for the planning,
interpretation, and evaluation of statistical investigations. QA personnel can be trained
via on-the-job training; however, as a minimum, Quality Assurance Specialists shall
complete the Statistical Quality Control course, Q63, identified in DLAD 4155.7, Quality
Assurance Technical Development Program for ICPs and Defense Depots.
18. PREAWARD ACQUISITION SUPPORT. It is essential that adequate quality and
reliability support be provided to the ICP contracting mission. QA support to the
preaward contracting effort is not limited to the assignment of QAPs, but continues
throughout the preaward and contracting cycle. Personnel assigned to perform quality
functions will:
a. Provide provisioning input to Military Services and to the ICP's Contracting and
Supply personnel regarding Quality Assurance issues that affect provisioning. This can
include areas such as test requirements that may require longer lead times, additional
quantities required for destructive testing, and potential quality problems.
b. Provide support for item transfers. This includes identification of quality aspects and
considerations that must be made for items to be transferred, determining the quality
information and technical data that is required to be provided by the organization
transferring the item, assisting in obtaining the technical data, and identifying items that
should be transferred back to Military Services due to quality considerations.
c. Process MIPRs. See paragraph 19.
d. Perform Preaward Survey actions. See paragraph 20.
e. Assist in development of Acquisition Plans. See paragraph 21.
f. Review requests for the waiver of contract requirements and contracting actions that
are related to quality. The review shall be based upon contractor and item history and will
consider the circumstances of each case. When contract requirement waivers are
repetitive, consideration should be given to revising the QAP requirements.
Recommendations will be provided to the Contracting Officer and each request shall be
documented with the reasons for the original requirement and the reasons for waiver of
that requirement.
(1) First Article requirement waiver procedure is provided in paragraph
12.
(2) Preaward survey waiver procedure is provided in paragraph 20.
g. Provide contractor and item quality performance history to the Contracting Officer and
other Government personnel to aid in their preaward decisions. See paragraph 41.
h. Provide contracting personnel support, as requested, in any source selection action,
including serving as a member of a Technical Evaluation Panel.
19. MILITARY INTERDEPARTMENTAL PURCHASE REQUESTS (MIPRs). MIPRs
are received for processing under the Coordinated Acquisition discussed in DFARS,
Subpart 208.70. A MIPR, DD Form 448, is a purchase order issued by one Military
Service Government activity to purchase a specific item not managed by DLA, for the
MIPR preparing activity. The stocks are usually shipped directly to the location specified
in the MIPR. The MIPR may contain, or be accompanied by, QALIs for issuance to the
cognizant CAS component when the contract is awarded. MIPRs, unlike normal
contracts, do not allow the establishment of QAPs and packaging requirements in
advance of contracting to eliminate the need for a manual review of each contracting
action.
a. Review MIPRs for adequacy.
(1) Determine that each MIPR clearly indicates the extent of quality
assurance required of the contractor and CAO. This determination will
be accomplished through a manual review of each MIPR on an "as
received" basis. It will specifically result in the development of QAPs
and contract requirements to incorporate MIPR requirements in the
contract document, as well as the development and issuance of QALIs,
as applicable, to the CAO.
(2) Contact the MIPR-preparing activity to request clarification and
corrective actions from the MIPR-preparing activity when QA
requirements stated in the MIPR are found to be inaccurate,
incomplete, or lacking in clarity to the extent that contracting is
precluded. These requests will be processed through the respective
MIPR control point.
b. Incorporate appropriate QAPs in contract documents to reflect MIPR requirements.
(1) Obtain approval from the MIPR-preparing activity through the
MIPR control point for deviations to specifications cited in a MIPR.
Interim approval may be obtained by telephone but must be verified in
writing. In the event there has been a revision to the specification
referenced in a MIPR, the MIPR-preparing activity will be advised of
the change and instructions will be requested.
(2) Assure that changes to the QA requirements of MIPRs are
processed as MIPR amendments. This applies whether the change is
initiated prior to, or after, conversion to a contract and whether such
change is initiated by the ICP or requested by the MIPR-preparing
activity. Changes can be initially provided by telephone but shall be
confirmed by a MIPR amendment.
c. Provide postaward contracting support on QA matters for MIPR-generated purchases,
including the resolution of customer complaints. In accomplishing postaward contracting
support functions, coordination will be effected with the MIPR-preparing activity as
required.
(1) Issue QALIs to provide MIPR inspection instructions to the CAO
and provide technical assistance to the inspection activity or CAO.
(2) Participate in postaward orientation conferences as needed.
(3) Arrange for, or accomplish, all necessary tests and examinations of
First Article samples. The MIPR will indicate when the MIPR-
preparing activity desires to participate in a test. A copy of the test
results will be provided the MIPR-preparing activity for approval of the
First Article. If there is unsatisfactory quality history on contractor
sources that are indicated on the MIPR as approved sources, the MIPR-
preparing activity should be advised and instructions requested.
(4) Evaluate contractor requests for waivers. In this regard QA
personnel must remember that all waivers/deviations to the stated
requirements of the MIPR require the approval of the MIPR-preparing
activity.
(5) Investigate and resolve customer complaints regarding product
quality and packaging deficiencies. A complaint received from an
activity other than the MIPR-preparing activity will first be coordinated
with the MIPR-preparing activity through the respective MIPR control
point. Full actions described in paragraph 27 are applicable, including:
(a) Review of complaint data.
(b) Categorization of complaint.
(c) Complaint investigation and resolution for the MIPR-preparing activity, to include
forwarding copies of the complaint to the cognizant CAS activities for information or
investigation.
20. PREAWARD SURVEYS. DLAD 4105.1 requires that Contracting Officers obtain
information to make a determination regarding responsibility and to determine potential
contractors' capability. This necessitates the maintenance of contractor performance
history. Contracting Officers use quality information from many sources, including the
Defense Logistics Agency Contractor Alert, local contractor performance lists, review of
contractor performance history (as maintained in manual or automated files, i.e., the
Quality Evaluation Program (QEP)), or as obtained from the CAO and QA personnel at
the ICP. Procedures for providing such information are as follows:
a. Collect appropriate quality history for either the manual or automated systems, for
determinations of responsibility and determinations of potential contractors' capability.
b. When requested by the Contracting Officer, or when performing a review of the
quality history of the item/contractor, analyze the quality history to determine when
either a specific item or contractor has experienced quality problems in past
procurements.
c. Determine whether a Preaward Survey for QA reasons would be appropriate in future
procurements. If determined to be appropriate, personnel performing quality functions
shall inform the Contracting Officer, in writing, of this recommendation, providing
justification as well as the specific QA areas that need to be reviewed during the
Preaward Survey. The review should include the type of item, criticality, complexity,
recommendations from the ESA/SPA, and quality history. Quality history data should be
reviewed for First Article examinations, waiver/deviation history, previous preaward
data, quality deficiency reports, and any other pertinent data. When notified of a proposed
Preaward Survey, review the data relating to both the prospective contractor and item(s)
involved. d. Provide the Contracting Officer with one of the following recommendations,
as appropriate, with a pertinent summary of available quality history (obtained from the
Quality Evaluation Program (QEP) or manual system):
(1) Existing QA data indicates a Preaward Survey is not required.
(2) A Preaward Survey is necessary based on the quality history of the
item or the prospective contractor.
e. In providing quality history to Contracting Officers, complete information will be
provided for each aspect that affects quality. Contractor quality performance records will
not be limited to product quality deficiencies, but also will include discrepancies due to
inadequate packaging, improper or missing documentation, overages, shortages,
misdirected, and damaged shipments and similar discrepancies, as well as other criteria
such as delivery performance.
f. If Contracting Officers determine that there are overriding reasons for awarding a
contract to a supplier who has an unsatisfactory quality history, the contract file will be
documented accordingly, and a Quality Assurance Letter of Instruction (QALI) shall be
used/submitted to the activity responsible for Government Quality Assurance at source or
destination. Document these actions in the quality history.
g. Provide on-site representation at Preaward Surveys when required. Normally,
representations will be limited to those cases when:
(1) Representation is requested by the Contracting Officer or by HQ
DLA.
(2) Special commodity expertise and quality history information are
only available at the ICP.
(a) If the QA aspects of a Preaward Survey can be effectively performed by a CAS
Quality Representative, ICP QA personnel presence is normally not required.
(b) ICP QA personnel should only attend on-site Preaward Surveys when the specific QA
requirements of the item on the pending contract require application of their commodity
expertise to evaluate the prospective contractor's capability.
(c) If circumstances require ICP participation in the on-site Preaward Survey, they will be
prepared to actively participate and apply their judgment and expertise in evaluating the
prospective contractor's capability. Their findings should be coordinated with any CAS
Quality Representatives on the survey team and incorporated into the official report
submitted by the CAO. Participation in on-site Preaward Surveys by ICP personnel will
be reported as QSMVs.
h. Review the results of all Preaward Surveys containing information questioning a
contractor's quality control capability. In addition, coordination with contracting
personnel should be effected to allow review of other Preaward Survey results where
quality was reviewed and found to be adequate. This is especially important for Preaward
Survey results involving items or contractors for which there was a previous
recommendation for performance of a Preaward Survey based on unsatisfactory quality
history. These reviews will be conducted whether or not a ICP representative participated
in the on-site Preaward Survey.
(1) Reviews should ensure that all pertinent quality factors were
considered.
(2) The reviews will be performed in an expeditious manner to prevent
undue delays in the contracting process.
(3) If the review reveals possible problems in the quality area, and
contract award is made, this will be brought to the attention of the
responsible contract administration activity and a QALI issued if
considered necessary.
21. ACQUISITION PLANS AND ASSOCIATED SOLICITATIONS. Written
acquisition plans document the objectives of the acquisition and details of the
considerations and alternatives that have been evaluated. Personnel performing quality
functions provide support to the acquisition planner regarding the development of quality
aspects of the acquisition plan and review and evaluations of other areas for their effect
upon the quality of the materiel to be acquired. Personnel performing quality aspects of
acquisition planning will:
a. Serve as members of the acquisition planner's team when requested.
b. Provide quality-related solicitation plans. This includes:
(1) Complete, adequate, and current QAPs.
(2) Plan of performance, inspection and acceptance points.
(3) Contract quality requirements.
(4) Quality considerations of Government versus contractor
performance, i.e., Government Furnished Material, Government
Furnished Equipment.
(5) Discussion of methods to be used to determine quality/compliance
with requirements. Consider and include:
(a) First Article test requirements.
(b) Production tests.
(c) In-process surveillance, inspection and acceptance criteria.
(d) Special test requirements and location of testing.
(e) Alternative for test requirements and criteria for waiving test requirements.
(f) Use of CoC.
(g) Use of CoQC.
(6) Requirements for use of QPL, QSL, qualified manufacturer's lists,
or other qualification requirements (provide number of
products/sources on qualification lists and describe plans for qualifying
additional products/sources).
(7) Requirements for certification, licensing, or approval by
Government control agencies.
(8) Reporting requirements for production surveillance and production
progress and description of any reliability and maintainability
requirements.
(9) Planned use of warranties.
(10) Plans to use test and evaluation methods (i.e., lab testing, receipt
inspection, product audits. Plans for other Quality assurance support
actions as provided by this manual.
c. Determine and provide item quality performance history, for the same or similar
supplies and services, including customer complaints, quality history, and congressional
inquiry history.
d. Provide contractor quality history for anticipated sources to be solicited.
e. Determine, document, and advise the acquisition planner of the effects upon quality for
alternative supplies and sources, and tradeoff considerations of price differences, quality,
and acquisition/production lead time.
22. Prime Vendor and Performance-based Service Contracting (PBSC).
a. Quality support must be provided to Contracting Officers to define, analyze, and
categorize support functions and tasks for the purpose of contracting with private industry
for services and support activities. This can include the evaluation of present Government
functions for possible conversion to performance by contractor personnel.
b. Functional personnel develop the contract statement of work that is performance
oriented. These statements are referred to as Performance Work Statements (PWS). The
PWS describes the effort in terms of objective, measurable performance standards
(outputs). Each PWS should have a companion Quality Assurance Plan which measures
contractor performance against the performance standards.
c. When developing or reviewing PWSs and QAPs, personnel should assure that they
contain:
(1) The basic QA policy that should be incorporated clearly in PWS
definitions, performance requirements, and technical exhibits, is the
requirement that quality control is a contractor responsibility.
(2) Clear definition of Quality Control requirements/system that is
required of the Contractor. Contract Quality requirements provided in
FAR 46.202 and 46.203, and paragraph 6 of this instruction, should be
specified.
(3) Outcomes that can be measured and monitored. This includes:
(a) Performance standards that can be used as criteria to judge acceptable and non-
acceptable performance.
(b) Performance standards that are appropriate for the type of service required, e.g.,
critical services should have stricter standards and low ADD requirements in comparison
to AQLs or number of customer complaints allowable for non-critical services. The
performance requirement summary should not indicate which method of surveillance will
be used by the Government.
(4) Definition of Quality Assurance (Surveillance) that MAY be
performed by the Government. These are referred to as Quality
Assurance Surveillance Plans (QASP). Whether all of these elements
are used is a determination of the person performing quality functions,
and all of these elements should be available to be invoked when
needed. Quality Assurance surveillance methods should not be
restrictive, i.e., the Government COR needs the freedom to change
methods of surveillance as needed. The Quality Assurance methods
should include planned surveillance methods appropriate to the
criticality and frequency of each task specified in the PWS. These
should include:
(a) Initial assessments/audits of the contractor's quality system to determine if the
contractor's quality system that is actually implemented is as stated in the contractor's
proposals and is effective.
(b) Review of performance metrics that are maintained by the contractor. Access to the
contractor's management information system should be specified as a requirement in the
contract to enable this review. The review may include such things as process control
records, type and frequency of replacement items or services requested, customer
complaints, and evaluations of effectiveness of the contractor's quality system.
(c) Performance evaluations against product delivered or services performed. Procedures
for performing product quality assurance performance evaluations should be specified or
negotiated with the contractor. For product inspection/testing, establishment of
procedures for a sampling methodology, selection, shipment, replacement of samples,
reports format, and the transmission of product verification results to the contractor
should be defined. Results of random and directed inspection/testing need to be
maintained in a format that is usable to contracting personnel, integrated process teams
and future technical panels as required. Any random/directed performance evaluation of
product should only be to monitor contractor performance and not to accept or reject
product or services that are provided.
(5) Other elements depending on the scope of the contract and the
nature of the items/materiel provided, warranty provisions, product
liability, and recoupment provisions may also be defined in the
solicitations or defined during negotiations.
23. POSTAWARD ACQUISITION SUPPORT. QA support to the contracting effort is
not finished when the contract is awarded. Personnel responsible for performing Quality
Assurance functions will be responsive to requests for QA action from other ICP
personnel, and respond to these requests using the most current data available. A
summary of post-award actions is as follows:
a. Review contract documents, to assure that QAPs are administratively correct and
technically sound for the item being purchased, and taking action to make changes when
necessary. SPA approval must be obtained prior to amending any specification
requirements. See paragraph 24.
b. Provide support on quality and reliability issues to the Contracting Officer and other
Government activities, e.g., DCMC, throughout the postaward contracting process. This
includes:
(1) Providing recommendations for, or waivers of, postaward
orientation conferences, based on contractor quality history. See
paragraph 25.
(2) Issuing QALIs designating specific inspections, verification, or
tests, to be conducted by the CAO, or the receiving depot. In addition,
providing the CAO/Depot with quality history for the product, service,
or contractor, when appropriate. See paragraph 26.
(3) Participating in First Article testing or production tests at contractor
plants, as required/as requested by the CAO. Evaluating and
recommending approval or disapproval of test reports. See paragraph
12.
(4) Arranging for Government or commercial laboratory testing, as
necessary, through the Product Verification Manager. See paragraph
13.
(5) Evaluating contractor requests for changes to, or waiver of, contract
requirements. See paragraph 4.
(6) Evaluating contractor requests for product deviations and product
waivers, and recommending approval or disapproval of the request.
When the request affects requirements established by an ESA, SPA, or
technical activity, approval will not be recommended without
coordination. See paragraph 27.
(7) Performing QSMVs to inspection activities, depots, supply points,
prepositioned war reserve sites, laboratories, customer installations, and
contractor facilities. See paragraph 31.
(8) Participating in QSRs as warranted by quality history and/or other
circumstances. See paragraph 31.
(9) Investigating, resolving, and responding in a timely and adequate
manner to Customer Depot Complaints (CDCs) which report
product/packaging quality deficiencies. See paragraph 28.
(10) Providing commodity oriented training to DCMC, DD, and ICP
personnel, and other activities, as required.
(11) Investigating and replying to adverse quality and reliability
allegations. See paragraph 32.
(12) Performing Quality Assurance actions and investigations of
Counterfeit Materiel and Unauthorized Product Substitutions
(CM/UPS) cases referred by the CM/UPS Committee. See paragraph
33.
(13) Evaluating Contract Data Package Recommendation/Deficiency
Reports (DD Forms 1716). See paragraph 34.
(14) Appearing as Government witness at trials and giving depositions,
as required.
(15) Arranging for special Quality Audit inspection of materiel at DDs
and supply points. Audits will be arranged through the ICP Product
Verification Managers. See paragraph 37.
(16) Collecting and maintaining quality history. Providing contractor
quality performance history to the Contracting Officer and other
Government personnel to aid in their postaward decisions, e.g.,
recommended terminations, waiver requests, and
suspension/debarment. See paragraph 41.
24. CONTRACT REVIEW. To assure that appropriate QAPs have been incorporated into
the contracts and to prepare for postaward QA actions, it is essential that the Quality
Assurance personnel review the actual contracting documents. Because the quality
requirements are put in solicitations before award, there is no way to know which
contractor actually received the award in order to take necessary QA actions. As a
minimum, personnel assigned responsibility for quality should review all ICP contracts,
and contract modifications, designating performance of Government CQA actions at
source. Contracts, and contract modifications, designating CQA at destination should be
reviewed when adverse quality history has been experienced or if quality problems are
anticipated. The following procedures apply:
a. Assure that contracts and contract modifications (for their assigned items) that have
CQA at source, are provided for review.
b. Determine which contracts and contract modifications (for assigned items) that have
CQA at destination, should be provided for review.
(1) During routine preaward actions (i.e., review of acquisition plans,
determination of QAPs, Preaward Surveys) an indication may be given
that quality problems may occur. At this time, the person performing
QA functions should take action to assure that future contracts will be
provided for their review.
(2) During routine postaward actions (i.e., PQDR investigation, First
Article review, Waiver/Deviation review, QSMVs) an indication may
be given that problems are being experienced with items or contractors.
At this time, action should be taken to assure that future contracts will
be provided for review.
c. Review contracts and contract modifications as follows:
(1) Check the contract to assure that the QAPs and contract quality
requirements originally requested were placed in the contract
documents. Check the contract modifications for any changes in
requested quality requirements.
(2) Check the contractor history to assure that there is no adverse
history that would affect the performance of the contract. This is
needed at the point of contract review because contract review is the
first time that the contractor is known to the person that recommended
the contract requirements.
(3) If there are changes to what was requested, or changes are required
based upon review of quality history, the Contracting Officer should be
informed. Possible corrective actions that the Contracting Officer may
wish to make may be issuance of a modification or even termination of
the contract. If suggested/requested changes are not made, the request
should be documented and consideration should be given to performing
additional quality assurance surveillance actions or performance
verification.
d. Perform or prepare for postaward actions based on the review of the contract, and the
quality history of the contractor, as follows:
(1) Determine the need for a postaward conference.
(2) Determine the need for a QALI.
(3) Initiate arrangements for First Article and other tests.
(4) Determine the need for a QSMV.
(5) Determine need for special audits and initiate actions.
(6) Input the contract's quality data into the quality history system
(QEP, if available).
25. POSTAWARD ORIENTATION CONFERENCE. Postaward conferences are
conducted by the Government to fully familiarize the contractor with the terms and
conditions of the contract and clarify any misunderstandings. Personnel performing
quality functions will:
a. Request a postaward conference when past quality history and/or previous contractor
experience on an item has shown quality problems. When recommending a postaward
conference for QA reasons, provide the Contracting Officer with pertinent data to support
the need for such conference and the specific requirements necessary to assure a
comprehensive conference in the QA area.
b. Participate in postaward conferences, when appropriate (i.e., requested by the
Contracting Officer or when specific knowledge or expertise is available only from the
ICP) providing background, quality performance data, and QA assistance to contractors
and in-plant QARs.
(1) Prior to participation in a postaward conference, review the
following areas:
(a) Preaward Survey Findings.
(b) Previous postaward conferences.
(c) Critical nature and technical complexity of supplies and services from a QA
viewpoint.
(d) Quality history of the contractor and/or item
(e) Status of contractor (new, current, personnel changes)
(f) Special provisions of the contract (in-process inspection, test verification procedures,
Government approval of first articles and control of Government furnished materials).
(2) If review of (1) indicates any ambiguous or inadequate technical
requirements/QA requirements, resolution should be obtained prior to
postaward conference.
(3) Actions to resolve any deficiencies may include requests to user/
ESA/SPA for clarifications, changes or recommended contract
modifications.
c. Arrange for the conference. The office that determines the need for a post-award
conference normally will make the necessary arrangements for the conference. Personnel
performing quality functions will act as chairpersons of conferences when designated by
the Contracting Officer. The duties of the chairperson include establishing a time and
place for the conference, preparing an agenda, notifying the CAO, conducting a
preliminary meeting of Government personnel, and preparing a summary report of the
conference. When personnel are designated as chairpersons, they will:
(1) Prepare an agenda using DD Form 1484, Post-Award Conference
Record, as a guide to ensure all significant matters are covered.
(2) Ensure copies of the agenda are distributed to the participants
sufficiently in advance of the conference to allow them time for
preparation.
(3) Schedule a meeting of Government personnel prior to the
conference and establish the Government's position on the contract to
avoid any disagreement in the presence of the contractor.
(4) Supervise preparation of a summary report upon completion of the
conference and sign the report. Assure quality problems discussed at
the conference, including those requiring further action and resolution,
are recorded in the summary report.
(5) Distribute copies of the summary report to the Contracting Officer,
the CAO, the QAR, and other participants and activities requiring the
information. The Contracting Officer shall distribute the report to the
contractor if determined necessary.
d. Perform the following functions at postaward conferences:
(1) Provide background information on the quality aspects of the
item(s) discussed and include data on past contractor(s) problems
(without identification of the firm(s) involved).
(2) Participate in the conference, answering any questions relating to
the QA aspects of the contract. If a QA question cannot be answered
during the conference, the Contracting Officer will be informed and
every effort will be made to provide a response within a reasonable
time.
26. QUALITY ASSURANCE LETTERS OF INSTRUCTION (QALIs). QALIs are
issued to/discussed with the activity responsible for Government CQA actions at source
or destination for the purpose of assuring the integrity of DLA-procured products and
services.
a. QALIs are used for
(1) Providing for positive in-plant Government inspection of selected
product or process characteristics by specifying to the CAO the type
and extent of Government inspections to be performed on a given
contract for specific supplies or services that are complex or for which
unusual requirements have been established, or that have been reported
deficient or nonconforming by receiving, testing, or using activities.
(2) Providing the CAO with adverse quality history on the item and/or
contractor so the CAO is aware of known or potential problem areas.
b. There are two types of QALIs:
(1) A formal QALI is a letter prepared by personnel performing quality
functions on the ICP's letterhead stationery and signed within that
persons organization. This letter is provided to the CAO/inspection
points to provide information and to request mandatory inspections.
Mandatory inspections shall only be requested with a formal QALI.
Data considered appropriate for a QALI should not be incorporated in
an award instrument or contract.
(2) An Informal QALI is any communication (by telephone, fax,
informal notes, or meetings with CAO/inspection point personnel. It is
essential that summary information of both informal and formal QALIs
be entered into the QEP to assure that a record is kept of the
requirements or information provided.
c. In keeping with DoD policy, CAOs are required to:
(1) Perform inspections imposed by QALIs.
(2) Review QALIs and, when appropriate, make recommendations to
the Contracting Officer for their improvement.
(3) Continue performing QALI-imposed inspections until
recommendations have been acted upon. The Contracting Officer is
obligated to take appropriate action on such recommendations. The
type and extent of inspections specified in a QALI should not be
considered as static, but rather subject to changes throughout the life of
the contract based on quality history such as postaward conferences,
Government in-plant inspection results, QSMVs, QSRs, user feedback,
waivers, and other related data.
d. Periodically, special inspections at depots may require the issuance of QALIs. Such
letters should be used to the extent necessary to achieve the same objectives at depots as
at contractor facilities.
e. Personnel performing quality functions must make a determination whether a QALI is
needed for a specific contract. they should base their decisions on the following factors:
(1) Criticality of the product in relation to its intended use, considering
such factors as reliability, safety, and interchangeability.
(2) Contractor performance and past experience with the same or
similar items indicates a need for special attention. Future contractor
performance may be indicated when a contract award is made to a
contractor irrespective of a negative preaward survey.
(3) Problems that have been encountered in the acquisition of the same
or similar items.
(4) Feedback data from receiving, testing, and using activities.
(5) The contract concerns a new contractor or item for which there is no
quality history.
(6) The technical activity request for a flow down to the CAO of
mandatory inspections (e.g., MIs on IRPOD items). A QALI shall be
used to accomplish this in all cases.
(7) A determination is made to specifically withhold CAO authority for
acceptance of minor nonconformances of material.
(8) The CAO's use of CoC needs to be restricted when a competitive
procurement is awarded to a contractor whose reputation or
performance does not provide assurance that defective supplies would
be replaced without contest.
(9) There is a need to call a postaward conference.
(10) There is need for ICP personnel to participate in First Article or
similar testing, or provide technical assistance.
(11) A change has been made in the Quality Assurance Provisions since
the item was last procured. This can include adding CoQC,
Manufacturing Process Control clause, or the Statistical Process
Control QAP.
f. Restrictions for use. QALIs shall be issued on a contract-by-contract basis only and
shall not be prepared covering the following conditions or containing the following types
of information without prior approval of HQ DLA, DLSC-LEQ:
(1) As a substitute for incomplete contract quality requirements.
(2) Where the contract does not impose equal or greater inspection
requirements on the contractor.
(3) Encompassing broad or general designations such as "all
requirements," "all characteristics," or "all characteristics in the
classification of defects."
(4) On routine administrative procedures.
(5) Specifying continued inspection requirements when statistically
sound sampling will provide an adequate degree of protection.
(6) On a commodity or FSC basis.
g. Preparation of QALIs. Guidance as to the type of information considered appropriate
for inclusion in a QALI is provided below.
(1) Contract Identification. Identify the contract number; name and
address of contractor (include name and address of place of
manufacturer if different from the prime contractor); item(s) being
procured and applicable specification/drawing/part number.
(2) ICP QA Point of Contact. Identify the individual assigned to the
specific contract to include his/her organization, telephone number, fax
number, and e-mail address.
(3) Postaward QA Conference. Include in the QALI only if it is
determined that such a conference is essential and beneficial with
respect to a detailed review of the contractual QA/ technical
requirements.
(4) Inspection Instructions. Describe in precise terms the type and
extent of the inspections (specific product/process characteristics) the
CAO is required to verify. Characteristics must be clearly listed and
referenced to their respective technical source document such as the
specification or drawing. "Type of inspection refers to examination
(visual/dimensional) and testing of end items as well as in-process and
may apply to First Articles, Production Lots and production quantities."
"Extent" should be phrased to clearly define the degree and frequency
of the Government inspection required, e.g., verifying that the listed
characteristics conform to technical requirements on "each of the first
50 production quantity items;" "using the contractual sampling plan,
sample each lot submitted by the contractor for Government acceptance
and verify that paragraph x.x.x of Specification XX complies with
contractual requirements;" other similar instructions. Efforts must be
made to avoid usage of general terms, such as all characteristics and
total requirements. Extreme care must be taken in identifying these
mandatory inspections, as excessive or nonessential inspection
requirements directed by the Purchasing Office impose a heavy burden
on the CAO. The QALI should not include requirements for
Government inspection unless the contract imposes similar
requirements on the contractor. If such a condition is surfaced, action
should be taken to modify the contract. Further, where the
specifications require the Government QAR to perform certain
identified inspections, these requirements should not be repeated in the
QALIs.
(5) Nonconforming Materiel and Services. Specify the CAO authority
for accepting nonconforming materiel. The CAO has the authority to
accept nonconforming materiel having minor departures unless the
Contracting Officer specifically withholds such authority. Minor
departures are defined as those which do not involve health, safety,
performance, durability, reliability, interchangeability, effective use,
operation, weight, or appearance (where a factor). If it is determined
that acceptance authority for minor departures should be withheld, the
QALI must indicate this requirement and include instructions as to
procedures the CAO is to follow in processing contractor requests to
the PCO for consideration.
(6) Contractor/Item Quality History. Provide pertinent, factual, and
objective information about product problems experienced, possible
trouble areas, and contractor past performance, where performance may
adversely affect the quality of supplies and services being contracted.
There may be instances where the QAR may not be thoroughly familiar
with the item under contract; therefore, it is of major benefit to the ICP
to impart the experience that has already been gained with the same or
similar items. This type of information should be most helpful in
assisting the CAO plan and implement in-plant CQA actions taking
into account known or potential problem areas.
(7) CAO QA Inspection Records. Product verification records shall not
be requested indiscriminately; but where such records are required,
forms in use by the CAO's QARs shall be used to satisfy this
requirement.
(8) Product-Oriented or Specialized Training and Experience. Specify
training or assistance available/required. When it is determined that
specialized product-oriented experience and/or training is required to
accomplish the job and protect the interests of DLA in obtaining a
quality product, details concerning the types of product-oriented
training and experience and why it is considered essential should be
included in the QALI. DLA personnel may offer technical assistance
and request the CAO provide notification of when specific
tests/examinations will take place so on-site participation by ICP
personnel can be arranged.
(9) Acknowledgment of QALI. Self-explanatory.
h. Approval and Distribution of QALIs. After the completed QALI is signed, two copies
of the approved QALI will be forwarded to the cognizant CAO or provided to the
Contracting Officer for attachment to the CAO's copies of the contract during contract
distribution.
i. Post QALI Actions. After issuance of the QALI, pertinent feedback data, i.e., test
results, QSMVs, and user experience, should be analyzed to determine if conditions
warrant a change in the type and extent of inspection imposed on the CAO. Such an
adjustment may be upward or downward. It is DLA policy to be responsive to CAO
requests for reduction of inspection requirements contained in the QALI, provided
sufficient data and justification are furnished to substantiate the requested reduction. All
requests will be answered and if a request is denied, the reasons will be included in the
reply. Telephone inquiries to the ICP's QA point of contact for a specific QALI should be
answered promptly as the effectiveness of the QALI is keyed to a full understanding of it
by the CAO.
27. DEVIATIONS AND WAIVERS - NONCONFORMING MATERIEL. QA personnel
must evaluate and make recommendations to the Contracting Officer on requests for
Deviations and Waivers of nonconforming materiel.
a. The following definitions apply:
(1) Requests for Deviations are written requests from the contractor,
after contract award and prior to manufacture of an item, to depart from
a particular performance, or other design requirement, of a contract
specification or referenced document. The request for the deviation
must specify the number of units or specific period of time. The written
authorization from the Contracting Officer to the contractor is the
Deviation.
(2) Requests for Waivers are written requests from the contractor, after
contract award and during/after production of the item, for specific
items that have been determined to depart from a particular
performance or other design requirement of a contract specification or
referenced document. The written authorization from the Contracting
Officer, accepting the departure, is the Waiver.
(3) Nonconforming materiel is any item, part, product, or packaging of
product, with one or more characteristics which depart from the
specification, drawing, or product description requirements of the
contract.
b. Requests for Waivers/Deviations discussed in this section are for product
performance/characteristic nonconformances. The evaluation of "Product"
Waiver/Deviation Requests is different from the evaluation of "Contract"
Waiver/Deviation Requests. Contract Waiver/Deviation Requests refer to requests for
contract clause changes (i.e., removal of First Article requirement, Higher-level contract
requirements, testing requirements). Procedures for evaluation of contract waiver
requests are provided in paragraph 18.
c. It is DLA policy to accept only that materiel which fully conforms in all respects to the
contract requirements. The offer of nonconforming material to the Government for
acceptance should be the exception, and contractors should be discouraged from
submitting Requests for Deviations and Requests for Waiver.
d. When evaluation of the criteria depicted in a specification indicates a change is
required or beneficial to the Government, action should be taken to change the criteria,
not waive them. Caution must be exercised to ensure the criteria are not degraded in favor
of resolving contractor problems with meeting schedules or contractor inability to meet
valid criteria.
e. The contractor prepares Requests for Waivers/ Deviations, in accordance with
contractual requirements, and forwards them through the ACO (who adds comments and
recommendations on DD Form 1998, Comments on Waivers, Deviations, or Engineering
Change Request) to the PCO. The Contracting Officer refers requests for product
Waivers/Deviations to the person performing QA functions at the ICP for evaluation and
recommendations.
f. The authority for disapproval of requests is as follows:
(1) The Contracting Officer has the authority to reject the
Waiver/Deviation request upon receipt of the request or after obtaining
recommendations from functional personnel (i.e., Quality Assurance,
Technical, Supply) or the Military Services (i.e., ESA, SPA, or
technical activity).
(2) Personnel performing quality functions may recommend rejection
of Waiver/Deviation requests upon receipt (without need for
forwarding the request to any other person for review). They may also
recommend rejection after reviewing approval recommendations
submitted by other functional elements; however, the Contracting
Officer will be responsible for the final determination when conflicting
recommendations are involved.
g. The authority for approval of requests is as follows:
(1) Authority to accept minor nonconformances of materiel is delegated
by the PCO to the CAO, except when authority for such acceptance is
specifically withheld by the PCO. The PCO makes a determination to
approve Waiver/Deviation requests, upon receipt of the request or after
obtaining recommendations from functional personnel, but all
Contracting Officer's approval determinations, for minor
nonconformances, must be submitted to higher authority at the ICP for
approval.
(2) For materiel having major nonconformances, the determination as
to suitability for use "as is," or with repair, is the responsibility of the
technical activity responsible for technical requirements. Each
Contracting Officer's approval determination, for a major
nonconformance, must be submitted to higher authority for approval.
h. Personnel performing quality functions will:
(1) Receive product Waiver/Deviation Requests from the PCO. If the
request does not contain comments/recommendations from the CAO,
the PCO will be so informed. Contractor requests will be controlled and
processed expeditiously to avoid production delays and possible claims
against the Government.
(2) Perform an initial evaluation of the request. The initial evaluation
will, as a minimum, consider the following factors:
(a) Classification of nonconformance (major or minor). (The determination to accept a
major nonconformance must be made by the activity responsible for technical
requirements and will be forwarded to the ICP's technical element for evaluation and
submission to the appropriate activity.)
(b) Comments and recommendations of a quality/technical nature made by the CAO or
other activity providing inspection services.
(c) The effect of the nonconformance/deviation on performance, durability, reliability,
interchangeability, maintainability, effective use or operation, weight or appearance
(where a factor), and health or safety.
(d) The practicability and cost of rework or repair.
(e) Previous request(s) for Waiver(s)/Deviation(s) from the same contractor.
(f) Previous request(s) of the same nonconforming characteristics/deviations from the
same contractor and/or other contractors.
(g) Criticality of application, quality history of the item/contractor, commercial nature of
the item, unit cost of the item, and similar criteria.
(h) Concurrent requests for minor nonconformances from same contractor. Evaluation is
necessary to determine if the cumulative effect is a major nonconformance.
(3) Forward a written recommendation to the PCO, supported by
justification, to disapprove the Waiver/Deviation Request if the initial
evaluation indicates that the request should be disapproved. A
recommendation to disapprove should be provided when the
Waiver/Deviation is repetitive, the request is not fully justified, or it is
determined that approval is not in the best interest of the Government.
(4) If the initial evaluation indicates approval may be warranted, the
request will be forwarded to the responsible technical personnel for
evaluation/submission to the Military Service/Agency responsible for
technical requirements (i.e., the ESA, SPA).
(5) Forward requests for input/assistance to other functional personnel
at the ICP, if the determination cannot be made without assistance.
(6) Upon receipt of input from the ICP person/activity responsible for
technical requirements, perform a thorough analysis of the input.
Acceptance recommendations should be limited, and provided only in
those cases where the evaluation fully justifies the recommendation and
it has been determined to be in the best interest of the Government.
Repetitive waivers should not be accepted.
(7) Upon completion of the evaluation:
(a) Provide a written recommendation to the PCO. A comprehensive technical evaluation
and economic analysis, as required, will support this recommendation. Conflicting
recommendations from other functional personnel should be included for the PCO's final
determination. For Requests concerning major nonconformances, include the
concurrence/nonconcurrence of the technical activity.
(b) Notify the PCO in writing when repetitive requests have been referred for evaluation
so the PCO can consider this as a factor when making determinations of a prospective
contractor's responsibility.
(c) Assure coordination with ESAs/SPAs through appropriate channels when evaluated
Waivers/Deviations indicate a specification/drawing change is required or beneficial to
the Government. Treat repetitive requests from different manufacturers as evidence of the
need for specification revision.
(d) Assure action is initiated as necessary to update the CTDF to prevent recurrence of
the same request for a Waiver/Deviation.
(e) Provide information as necessary to appropriate ICP personnel who maintain the
Waiver/Deviation register. Per the Waiver/Deviation Status Report (RCS
DLA(Q)2428(E-AQ)), each DLA ICP shall collect Waiver/Deviation data for each
Waiver/Deviation that is processed. This data focuses continued emphasis on repeat
requests for, and repeat approvals of, Waivers and Deviations for nonconforming
supplies and the need for Military Services to change Technical Data Package
requirements based on these repeat Waivers/Deviations. The data to be collected, and the
format for reporting, are identified in the Waivers and Deviations System Users Manual.
(f) Update appropriate quality history files and use Waiver/Deviation history as a basis
for determining the need to issue a QALI on current, pending, or future contracts.
WAIVER/DEVIATION (W/D) PROCESSING
+-------------------------------+
| Contractor initiates |
| request for W/D to CAO |
+-------------------------------+
|
+---------------------------------------+
| CAO reviews, provides DD Form 1998 |
| with recommendation to PCO |
+---------------------------------------+
|
Disapproval +---------------------------------------+
+---------------| PCO reviews request |
| +---------------------------------------+
| |
| +---------------------------------------+
| | PCO forwards to QA Person to evaluate |
\|/ +---------------------------------------+
| |
| +-----------------------------------------
+
| | QA person determines classification and
|
| | performs initial evaluation of W/D
|
| +-----------------------------------------
+
| | |
| +-------------------------+ +---------------------
------+
| | QA Person recommends | | QA person
determine |
| | disapproval to PCO | | approval may be
indicated |
| +-------------------------+ | and obtains input
from |
| | | other functional
people |
| | | QA person sends
W/D |
| | | to technical
person |
| | +---------------------
------+
| | |
\|/ \|/ +---------------------
------+
| | | QA person evaluates
input,|
| | | provides
recommendation |
| | +---------------------
------+
| | |
| +-----------------------------------+
| | PCO evaluates recommendations |
| +-----------------------------------+
| | |
| \|/ +---------------------
------+
| Disapproval | | PCO makes accept
decision |
+----------------------------+-----+---------------------
------+
\|/ |
| +-----------------------------------------------------
------+
| | MINOR | | MAJOR
|
| | PCO submits decision to | | PCO submits decision
to |
| | ICP Contracting | | Chief of Contracting
Office |
| | Division Chief | | for approval
|
| | for approval | |
|
| +-------------------------+ +-----------------------
------+
| | |
| +----------------------------------+
\|/ | W/D is approved/disapproved |
| +----------------------------------+
| |
| +--------------------------------------+
+---------------| PCO informs ACO, QAR, and contractor |
| END |
+--------------------------------------+
Figure 27-1
28. Product Quality Deficiency Reports (PQDRs) and other Customer Depot Complaints
a. Complaints of product/packaging quality deficiencies are sent to the ICP Focal Point,
which will:
(1) Provide a single face to customers/depots for receipt and system
entry of PQDRs and CDCs. See paragraph 30 for CDCS procedures.
(2) Distribute PQDRs and CDCs to appropriate ICP person for
resolution and response.
(a) Product/Packaging quality CDCs should be assigned to the person assigned to
perform quality functions on the item.
(b) The remaining CDCs will be distributed to other ICP personnel for action
commensurate with the type of deficiency reported. b. The following procedures apply
specifically to PQDRs. The same logic will be used for investigation and resolution of
other types of CDCs that involve product/packaging quality, such as Supply Discrepancy
Reports (SDRs) (formerly known as Reports of Discrepancies (RODs), FMS RODs
reporting quality defects, and Storage Quality Control Reports (DD Form 1225).
(1) Redirect complaints that are the responsibility of another activity or
ICP functional element. Advise the screening point, and ICP focal
point, as appropriate. Complaints submitted on the wrong form will not
be returned to the screening point but will be worked as if it arrived in
the right format.
(2) Determine if the item was procured under a Military Service
Contract (sometimes referred to as "local" procurement). If the date of
the Military Service Contract is after the date that item management
was transferred to DLA, the PQDR shall be determined to be invalid
and returned to the screening point. If the Military Service contract date
precedes the item transfer date, the PQDR should be resolved using all
available means.
(3) Validate the PQDR categorization.
(a) An initial review of the discrepancy should be made to verify that the PQDR has been
accurately categorized by the screening point in accordance with DLAD 4155.24 criteria.
If there is reason to believe that a Category I designation is not appropriate, the Military
Service screening point shall be contacted for authorization to change the Category I
designation. In no case will Category I PQDRs be downgraded to Category II without
authorization from the screening point.
(b) Categorize PQDRs not categorized by the Military Service/Agency screening point.
When appropriate, request assistance of the reporting activity in assigning a category.
PQDRs involving applications that may cause death, injury, severe occupational illness,
loss or major damage to a weapon system, critically restricts combat readiness, or would
result in a production line stoppage should be placed into Category I status. Category II
PQDRs that report critical application items, and/or safety conditions, should be handled
as expeditiously as a Category I PQDR, with immediate consideration of a system freeze
and alert notifications, and telephone and message communications should be used to the
maximum practical extent.
(4) Acknowledge receipt of Category I PQDRs within 24 hours.
Acknowledge receipt of Category II PQDRs.
(5) Review the PQDR for completeness. If essential information is
missing which precludes processing of the complaint, note the
information needed from the originator/screening activity or perform
research to gain additional insight into the problem.
(6) Start the 24-Hour Replacement procedures as follows: Call the
originator, acknowledging receipt of the PQDR and inquire if credit or
replacement item, if available, is required. (If the customer specifies
their desires in the complaint, calling them is unnecessary; however,
Action Office/QAS should contact customer with information
pertaining to replacements). If the PQDR is for low-dollar/low
significance items, or if it does not make sense to call the customer, the
24-Hour procedure does not apply.
(a) If credit is desired, initiate local credit procedures and annotate the PQDR CDCS
record. If partial replacement can only be offered, credit procedures will be followed for
difference.
(b) If replacement is desired and assets are available, notify Product Verification Program
(PVP) office to immediately check stock. If deficiency is one the Depot is capable of
detecting, they will ask the Depot to check stock.
(c) If conforming materiel is found: [1] Annotate the CDCS record of PQDR with
disposition instructions in work center comment page with exact ship-to-address and
attention line. [2] If requesting return of deficient stock, annotate PQDR notifying
customer which depot/test site to return stock to and reminding customer to ship back
under original document number. FAX a copy of PQDR to customer for inclusion with
shipment so that the depot/test site can receipt in Condition Code K. Follow-up with the
customer until depot/test site receives deficient stock. [3] Forward the complaint to the
appropriate requisition processing personnel and charge the CDCS record to that code.
[4] Requisition processing personnel will input an exception Material Release Order
(MRO), using Priority Code 01 and Project Code "QDR". If the requisition number is in
the Active Requisition Control and Status File (ARCSF), they will use an assigned SCO
number. Signal Code "M" will be input and the requisitioner's ship-to DODAAC will be
provided in the supplementary address. If the requisition number is not in the ARCSF, the
original requisition number will be used to initiate the replacement shipment. Signal
Code "D" will be used if shipment is to go to the requisitioner, while Signal Code "M" is
used if the shipment is to go to the supplementary address. In all cases, the Directed
Action Code "7" will be used in card column 77 which allows the requisition to process
as a free issue. Requisition processing personnel will FAX a message/form letter and a
copy of the PQDR CDCS record to the depot with shipping instructions with the
appropriate document number. After actions are completed, requisition processing
personnel will charge the PQDR back to the Action Office for further review/action. [5]
Depot personnel will ship MRO, using assigned document number and specific address
and POC provided by Action Office. Copy of the PQDR CDCS record will be included in
each shipment and depot personnel will provide all appropriate shipping confirmation
data to SAMMS.
(d) If the materiel is found nonconforming by the Depot: [1] Depot personnel will notify
PVP office. [2] The PVP office will notify the Action Office. [3] Normal suspension
procedures will be followed. [4] The Action Office will notify the customer and initiate
credit.
(e) If the deficiency is one which cannot be detected by depot personnel, the PVP office
will initiate redistribution of either samples or entire PQDR replacement quantity to
appropriate test lab. [1] Lab personnel will notify PVP office of test results. [2] The PVP
office will notify the Action office.
(f) If the test lab finds the assets conforming and if enough assets are at test lab: [1]
Annotate the CDCS record of PQDR with disposition instructions in work center
comment page with exact ship-to-address and attention line. [2] If requesting return of
deficient stock, annotate PQDR notifying customer which depot/test site to return stock
to and reminding customer to ship back under original document number. FAX a copy of
PQDR to customer for inclusion with shipment so that the depot/test site can receipt in
Condition Code K. Follow-up with the customer until depot/test site receives deficient
stock. [3] Forward the complaint to the appropriate requisition processing personnel and
charge the CDCS record to that code. [4] Requisition processing personnel will input an
exception Material Release Order (MRO), using Priority Code 01 and Project Code
"QDR". If the requisition number is in the Active Requisition Control and Status File
(ARCSF), they will use an assigned SCO number. Signal Code "M" will be input and the
requisitioner's ship-to DODAAC will be provided in the supplementary address. If the
requisition number is not in the ARCSF, the original requisition number will be used to
initiate the replacement shipment. Signal Code "D" will be used if shipment is to go to
the requisitioner, while Signal Code "M" is used if the shipment is to go to the
supplementary address. In all cases, the Directed Action Code "7" will be used in card
column 77 which allows the requisition to process as a free issue. Requisition processing
personnel will FAX a message/form letter and a copy of the PQDR CDCS record to the
test lab with shipping instructions with the appropriate document number. After actions
are completed, requisition processing personnel will charge the PQDR back to the Action
Office for further review/action. [5] Test Lab personnel will ship MRO, using assigned
document number and specific address and POC provided by Action Office. Copy of the
PQDR CDCS record will be included in each shipment and lab personnel will provide all
appropriate shipping confirmation data to SAMMS.
(g) If not enough conforming assets are at test lab: [1] To satisfy total quantity, Action
office will determine shipping location (Depot and Test Lab, or Depot only) [2] Annotate
the CDCS record of PQDR with disposition instructions in work center comment page
with exact ship-to-address and attention line. [3] If requesting return of deficient stock,
annotate PQDR notifying customer which depot/test site to return stock to and reminding
customer to ship back under original document number. FAX a copy of PQDR to
customer for inclusion with shipment so that the depot/test site can receipt in Condition
Code K. Follow-up with the customer until depot/test site receives deficient stock. [4]
Forward the complaint to the appropriate requisition processing personnel and charge the
CDCS record to that code. [5] Requisition processing personnel will input an exception
Material Release Order (MRO), using Priority Code 01 and Project Code "QDR". If the
requisition number is in the Active Requisition Control and Status File (ARCSF), they
will use an assigned SCO number. Signal Code "M" will be input and the requisitioner's
ship-to DODAAC will be provided in the supplementary address. If the requisition
number is not in the ARCSF, the original requisition number will be used to initiate the
replacement shipment. Signal Code "D" will be used if shipment is to go to the
requisitioner, while Signal Code "M" is used if the shipment is to go to the supplementary
address. In all cases, the Directed Action Code "7" will be used in card column 77 which
allows the requisition to process as a free issue. Requisition processing personnel will
FAX a message/form letter and a copy of the PQDR CDCS record to the depot/lab with
shipping instructions with the appropriate document number. After actions are completed,
requisition processing personnel will charge the PQDR back to the Action Office for
further review/action. [6] Depot/Test Lab personnel will ship MRO, using assigned
document number and specific address and POC provided by Action Office. Copy of the
PQDR CDCS record will be included in each shipment and lab personnel will provide all
appropriate shipping confirmation data to SAMMS.
(h) If assets are found to be nonconforming at the test site: [1] Test site personnel will
notify PVP office. [2] The PVP office will notify the Action Office. [3] The Action
Office will notify lab personnel with disposition, either transfer materiel to Condition
Code H (DAC) or suspend materiel for further review. [4] The Action Office will notify
the customer and initiate credit.
(i) If Action Office ultimately determines that the PQDR was invalid and a replacement
item has been shipped, the action office will advise the customer and ascertain if the
customer wants to return the original parts or be billed. DFAS personnel must be notified
to perform billing action or establish a due-in.
(7) Establish an appropriate suspense for responding to complaints.
Suspenses for PQDRs will be established in accordance with
DLAD/DLAI 4155.24. Suspenses for responding to a DD 1225 is as
specified in DLAM 4140.2, Vol. III, Part I, ch 70. Suspense dates for
complaints other than DD 1225s, Storage Quality Control Reports, and
PQDRs will be as specified in applicable regulations. Establish an
effective system to ensure that suspense dates are met. If the suspense
date cannot be met, assure that interim replies, including subsequent
interim replies, are sent prior to the expiration of the established
suspense date.
(a) For CATEGORY I PQDRs, an interim or final reply will be sent to the component
screening point within 20 calendar days after the date the PQDR was received from the
screening point/originator. If an interim reply (including subsequent interim replies) is
sent, include status to date and a projected final reply date.
(b) For CATEGORY II PQDRs, an interim or final reply will be sent to the component
screening point within 30 calendar days (investigations not requiring exhibits) after the
date the PQDR was originally received from the screening point/originator. If an interim
reply (including subsequent interim replies) is sent, status to date and a projected date for
the final reply will be given.
(8) Review PQDR files (CDCS) and determine if the same deficiency is
currently under investigation or has been investigated and resolved
recently.
(a) If there is an ongoing investigation, a separate investigation should not be initiated;
any new information contained in the PQDR will be used to ensure that the deficiency is
properly resolved.
(b) If the same deficiency has been investigated and resolved, a new investigation should
only be initiated if there is reason to suspect that the case needs reconsideration.
Otherwise, the previous investigation results may be used to reply to the screening point.
(c) If a support point was involved, send them an information copy of the PQDR.
(d) Send an information copy of the PQDR to the contractor if the CDCS cause code is
CN.
(9) Determine if you need to conduct an investigation. The item
complexity, cost, contract quantity, number of nonconforming items,
and frequency of occurrence (e.g., isolated instance) should be used as
evaluation criteria. Category I PQDRs and Category II PQDRs that
report critical or major defects must always be investigated.
Considerations are:
(a) Severity of Defect: When the defect is very minor in nature (for example, a scratch)
that doesn't affect form, fit, or function, and the benefit of correction is small, close out
per the "simplified or no-investigation" procedure below.
(b) Criticality of item: When the item is insignificant (for example, a common/simple
item that is not used in any critical or weapon systems) and you determine that it is not
wide-spread (not many items are affected), close out per the "simplified or no-
investigation" procedure below.
(c) Isolated instance: When the complaint is one that is a sole occurrence, unsupported by
the existence of any additional quality defects, close out per the "simplified or no-
investigation" procedure below.
(d) Information only: When the complaint originator indicates that they sent the
complaint "for information only" and you determine that the originator only wants credit
and/or disposition instructions, close out per the "simplified or no-investigation"
procedure below.
(e) Insufficient information: When you don't have vital information (For example, it is a
code and part number buy, or you know you don't have a contract number) to allow you
to sufficiently investigate, close out per the "simplified or no-investigation" procedure
below.
(f) Cost-factors: When there is insignificant or low-dollar values that do not merit an
investigation or action, close out per the "simplified or no-investigation" procedure
below.
(g) Other reasons: When an investigation would provide minimal information, and the
supervisor concurs, close out per the "simplified or no-investigation" procedure below.
(10) Simplified or No-Investigation Procedure: If any of the above in
paragraph (8) apply, and there are no opposing considerations, do the
following:
(a) Send a closing response to the screening point with the disposition of the item.
(b) Send a copy of the complaint to the support point (DCMC OFFICES) as "information
only" if the item was source-inspected.
(c) Send a copy of the complaint to the contractor when the CDCS cause code is CN.
(d) Close the complaint in CDCS with a cause code of "SI" (Simplified Investigation);
put an explanation in the CDCS cause narrative, the final reply, and the PQDR history
file, of why you did not investigate or take action. NOTE: DO NOT USE THE CAUSE
CODE OF CN UNLESS YOU ARE CONVINCED THAT THE CONTRACTOR
CAUSED THE DEFECT.
(11) Perform Investigations of PQDRs as follows:
(a) Determine if you need to review the contract and item/ contractor history. If you are
confident that you know the contract requirements and history of the item/contractor
sufficiently, you can by-pass the history review. If not, review the contract in question
(including any modifications) for warranty, technical and QA requirements, place of
inspection/acceptance activity, first article testing, and required delivery dates; review the
complaint history, item history, and contractor history. QA personnel should use all
available supporting Automated Information Systems (AIS) to accomplish the
investigations, including SAMMS, CDCS, QEP, Lab Test data or available Services'
deficiency data base.
(b) Determine if you need to review technical data. If you know that the defect is valid,
based upon your knowledge of the item, you can by-pass the technical data review. If not,
review technical data and any reports of examination, testing, or laboratory analysis of
the item.
(c) Determine if you need to check stock status. If you know there are not significant
numbers of items in stock that have this defect, you can by-pass the stock status review.
If not, check stock availability, status and locations. Initiate a systems freeze through the
Item Manager on all Category I PQDRs.
(d) Request stock screening action, for on-hand and due-in assets as appropriate, at DLA
and Military Service Storage locations to separate conforming and nonconforming items.
(See segregation and screening guidance in paragraph (13) (b) below). Request
suspension of nonconforming materiel.
(e) Determine if you need to request the Product Verification Office (PVP) to perform
testing or special inspection. If you can determine the scope of the defect (all items
produced/only a specific contract/only this isolated item) you can by-pass the special
inspection. Testing and inspection are valuable tools in validating complaints and
determining the degree of noncompliance and cause of defects. Therefore, test and
inspection shall always be considered when the degree, extent, and cause are unknown.
This is especially true for critical and major defects. When testing or inspection is not
performed in support of a PQDR investigation, the rationale for this decision shall be
documented in the final reply and PQDR history file. If a special inspection is needed,
request it immediately. Comply with guidance in paragraph 34 of this manual for special
inspections. If the item is already suspended from issue for some other reason, the special
inspection will still be performed.
(f) Determine if you need an investigation by Support Points (e.g., DCMC OFFICES,
CAO, ESA, SPA). [1] If you are confident that the deficiency is valid, and you know the
cause, you don't have to ask a Support Point for an investigation. You may want to send
an information copy of the PQDR and the final reply to the DCMC area office. [2] If
investigation by a support point is needed, send a written request with a copy of the
PQDR, a statement of the support required, a suspense date for a response, and the
pertinent background data which may be helpful in the investigation effort. Advance
requests by phone are encouraged. [3] If you ask the Support Point for an investigation,
maintain a suspense for the Support Point response. Initiate follow-up actions if an
interim or final reply is not received within 20 days for a Category I PQDR and 30 days
for Category II PQDRs (when no exhibit is required). [4] If the CAO support point is
involved in the investigation, advise them to immediately request an exhibit directly from
the holding activity. Assist the support point in obtaining exhibits, if necessary. [5]
Review support point responses for investigation action, correction of defect, and action
as to cause.
(g) Determine if you need an exhibit to evaluate the reported deficiency. If the deficiency
is evident from the description, or there are other reasons why an exhibit is not necessary
(for example, the contractor never requests an exhibit), release it from the holding
activity as soon as possible and by-pass the procedure to hold an exhibit. If you might
need an exhibit in the future, request the originator to hold the exhibit. When you know
an exhibit is needed, request it immediately (by phone, confirmed in writing) from the
holding activity. [1] Advise the holding activity to attach Product Quality Deficiency
Report Exhibit Tags, DD Form 2332, to exhibits. [2] If the deficiency can be evaluated
by ICP QA personnel, advise the holding activity to send the exhibit to the ICP. [3] If a
Government or commercial laboratory examination/test is required, make arrangements
for the test through the Product Verification Program (PVP) office and advise the holding
activity on where to send the exhibit.
(h) Determine the need for a QSMV. Visit depot and/or contractor facilities as necessary
to investigate and resolve the problem.
(i) Follow-up on delinquent/inadequate requests for exhibits, requests for special
inspections, and requests for support point investigations.
(12) Evaluate total investigations results. This includes the results of
contract review; complaint, item and contractor history review;
technical data package review; stock status review; inspection and test
of exhibit results; special inspection results; QSMV findings; and
support point investigation results.
(a) Based on the evaluation, the Action Point person responsible for quality functions will
determine whether the PQDR is valid or invalid and determine the assignable cause. The
causes of defects can be the responsibility of the contractor, Government, the materiel
user, or a combination thereof. When limited information precludes the determination of
the assignable cause, the Action Point will determine probable cause. Examples of causes
of defects are as follows:
[1] Contractor Noncompliance:
Lack of inspection/tests
Process controls not IAW requirements
Personnel/Machines not certified
Shipped without inspection
Acceptance on CoC
Lack of supply/vendor control
Contractor Noncompliance
Lack of packaging control
Substitution of material
[2] Government:
[a] Design
Inadequate design
Modification not depicted
Old material Cited
[b] Contractual - Technical - QA:
Wrong or missing technical data (revision/drawing)
Approved deviations not applied to CTDF
Inadequate or missing QA requirements
[c] Depot/Storage Sites:
Issued wrong item
Substituted item
Shipping/Handling
Inspection of materiel
[d] User
User misuse/abuse
Use of outdated technical manuals
Poor maintenance
NOTE: DO NOT USE THE CAUSE CODE OF CN UNLESS YOU ARE CONVINCED THAT THE
CONTRACTOR CAUSED THE DEFECT.
(b) If the PQDR is invalid, prepare and send the final response (see paragraph (16)). The reply need only
contain findings of the investigation. Advise the item manager to release frozen stock to an issuable status.
(c) If the PQDR is valid, identify and take corrective action required as to the defect, and
corrective action as to cause to preclude recurrence. Based on the determined cause, take
the actions in paragraphs (14) and (15) as determined appropriate.
(13) Perform Actions to Correct Existing Deficiencies:
(a) Issue Alert Notification(s), such as safety alerts on critical application items. Alert
other users and/or all known requisitioners. Advise Military Service Materiel Screening
Points to issue alert notifications.
(b) Perform segregation and screening inspection of existing product (through the
Product Verification Program (PVP) office. If you know there is no stock, or if there is
low risk of defective items getting out to the user, you can by-pass the stock screening
action. If there is stock, segregation shall be initiated in a timely manner to prevent the
issuing of nonconforming materiel. [1] Segregation is the action to separate some
materiel from the inventory and collect together as a new group, i.e., separation of the
materiel from a specific contract from other materiel with the same National Stock
Number (NSN). [2] Segregation of product by NSN/contract shall always be required
when product is considered to have critical or major defects. [3] Screening inspection is
the inspection of each item of product for designated characteristics and removal of
nonconforming items. [4] Quality Assurance personnel shall require a response which
documents the results of the segregation/screening requests. If a response is not received,
follow-up action shall be initiated. The response shall be retained in the PQDR history
file. [5] When the number of nonconforming products, or degree of nonconformance,
found during a screening inspection indicated that the lot is not acceptable, the lot failure
information will be transmitted to the contractor and the ICP Contracting Officer shall be
notified concurrently so that the Contracting Officer can effect actions for materiel
repair/replacement or recoupment of costs from the contractor. [6] Whenever segregation
and/or screening inspection is not requested, the rationale for this decision shall be
documented in the final reply and the PQDR history file.
(c) Make recommendations to the Contracting Officer on contractual warranty
enforcement. If it would serve no purpose to enforce the warranty (for example, the
warranty will expire before you can take actions, small dollar value benefit) you can by-
pass the warranty enforcement action. [1] Aggressive action shall be taken to obtain
contractor repair or replacement of nonconforming materiel when it is determined that the
contractor is responsible. This action is especially important for materiel with critical or
major defects. Complete research shall be performed to determine if an express or
implied warranty can be invoked. The following actions shall be taken: [a] If the materiel
was procured with a contract that contained a warranty clause, this clause shall be
invoked to obtain recoupment. [b] If there is no explicit warranty clause, but it is known
that the contractor provides limited or lifetime warranties on their products, this warranty
shall be used. One example of this is the lifetime warranty provided by the Federal Prison
Industries (UNICOR) on all items they supply. [c] The Contracting Officer shall be
apprised of the nonconformance and subsequent Government activity. [2] When no
warranty remedy can be used, the Action Point person investigating the deficiency shall
notify the Contracting Officer to request the contractor repair/replace the materiel at no
cost to the Government or that the Contracting Officer accept monetary consideration. [3]
If the contractor does not respond favorably to the above request, DLA ICP personnel
shall consider obtaining recoupment through legal means based upon contract clauses
that refer to latent defects, fraud, and gross mistakes amounting to fraud. Latent defects
are considered to be those that exist at the time of acceptance but cannot be discovered by
a reasonable inspection. They are not patent or observable. [4] All recoupment actions, as
well as determinations not to seek recoupment, shall be documented in the final reply and
the PQDR history file.
(d) Determine what the risks are for non-reclassification of stock. If there is no benefit,
the user will not receive defective items, and there will be no severe consequences to
DLA, you can by-pass this action. If there is benefit, recommend reclassification of stock
into appropriate condition code (i.e., downgrade of Type II shelf life item from condition
code A to condition code B).
(e) Determine if a QALI should be issued. If there is limited benefit to this action (for
example, if the contracted item is near completion and cannot be corrected before a QALI
is received), you can by-pass this action. If there is benefit, issue a QALI to inspection
activity on items currently being produced or to be produced on active contracts.
Advance phone calls are encouraged.
(f) Determine the need for current/future contract modification. If there is limited benefit
to this action (small numbers, small probability of defects), you can by-pass this action. If
there is benefit, request the Contracting Officer to modify active contracts and
active/pending/future solicitations.
(g) Obtain appropriate disposition instructions on the item from the item manager
(appropriate supply operations element) or the Contracting Officer. Disposition
instructions for the deficient item are usually always necessary. However, if you do not
believe there is a benefit to this, and your Branch Chief concurs with this determination,
you can by-pass this action. [1] If the decision is made that the customers must dispose of
nonserviceable materiel, an evaluation must be made regarding whether the item must be
demilitarized or mutilated. If the defect is severe enough that it is desired that the materiel
not be reutilized by Government activities or sold to private industry, mutilization
instructions must be given to the Screening Point for transmittal to the originator. When
giving mutilization instructions, specify how the items are to be mutilated. If the
originator does not have equipment or capability to perform required mutilization,
alternate instructions must be given for shipment to a place that can perform mutilization
and/or contracting for such mutilization with a Contractor. [2] On a stocked item(s)
customers are to be furnished disposition instructions authorizing turn-in (i.e., local
DRMO or return to DLA depot for contractor rework consolidation) of the deficient
stocked material and credit recommended as soon as the PQDR is validated. Customers
will not be expected to shoulder the burden for nonserviceable stocked materiel once the
discrepancy has been validated. Stocked materiel shipped by the Depots/Storage Sites to
defense contractors for repair will be returned to the Depot/Storage Site and not to the
customer. Materiel identified for disposal will not be returned to a Depot/Storage Site,
but will be disposed of locally by the customer. [3] On a nonstocked item (i.e., Direct
Vendor Delivery), customers are to be furnished disposition instructions which include an
accurate estimate (date, usually not to exceed 60 days from date of contractor receipt of
deficient material) of when nonstocked material, being shipped to a contractor facility for
repair/ replacement, may be returned to the customer. Credit will be authorized for this
material if it is not returned to the customer. ICP contracting personnel have been
instructed to carefully compare anticipated procurement lead-time to contractor
replacement turnaround time before providing disposition instructions on nonstocked
material. Customers may be instructed to return nonstocked items to contractors for
repair; however, better postaward visibility will be maintained and conveyed to the
customer through interim follow-up reports.
(h) Provide a copy of the PQDR to DFAS element for appropriate billing adjustment. If
there is no benefit to this action (for example, the user stated that they do not desire
credit), you can by-pass this action. You must still make a recommendation on credit in
the response letter.
(14) Perform Actions to Preclude Recurrence:
(a) Recommend specification/drawing changes to ESA/SPA as necessary. However, if
there is no benefit to this action (for example, the item will soon be obsolete), you can
by-pass this action.
(b) Change the ICP CTDF, for future buys, if it is determined that a change is necessary.
If there is no benefit to this, you can by-pass this action.
(c) Issue a QALI to Inspection Activities or Depot/Storage Sites if it is determined that
instructions are necessary.
(d) DLA Supply ICP personnel responsible for PQDR investigations shall provide copies
of contractor-caused PQDRs to the contractors. When the contractor is considered
responsible for the cause of the nonconformance, the investigator shall request the
contractor to provide, at no cost to the Government, confirmation of the cause and
identify the corrective action taken to prevent recurrence. To obtain repair/replacement of
contractor-caused defective materiel, the PQDR investigator shall request the Contracting
Officer to notify the contractor of the PQDR and request corrective action. The
investigator, to assure that action is taken, should perform follow-up. Corrective actions
taken, by DLA and the contractor, shall always be documented in the final reply and the
PQDR history file.
(e) Advise Contracting Officer of adverse contractor quality history.
(f) Notify and provide assistance to the GIDEP representative for use in preparation of a
GIDEP ALERT when deficiencies are traced to inadequate controls or use of improper
materials or processes during manufacturing and the material has both Government and
industrial application. Issuance of a GIDEP Alert is to be done in addition to alerting the
DoD customers. GIDEP Alerts are not a substitute for notifying customers. (15). A
PQDR shall be considered completed when investigation findings, disposition
instructions (provided by contracting/supply), field fix information, allowance for credit
or no credit have been determined, actions are taken to correct the deficiency, and actions
have been initiated to preclude recurrence. Upon this completion, a final reply shall be
sent to the complaint originator. Any further related actions, such as sending the PQDR to
contracting or counsel for action/litigation to be completed with the contractor, sending
the PQDR to DFAS for credit action to be completed, or sending the PQDR to an
Engineering Support Activity for a design change to be made, shall be performed after
final response completion.
(16) Prepare a final reply to the PQDR following guidance in
DLAD/DLAI 4155.24, Product Quality Deficiency Report Program.
Enclose a copy of the support point's DLA Form 1227, Product Quality
Deficiency Investigation Report, (when available/pertinent).
(17) Send final replies to the appropriate component screening point
[EXCEPTION: Responses to SF 368 forms/messages received from
Army Depots for Army materiel will be sent directly to the Depot, with
a copy furnished to the Army screening point]. Category I PQDR
responses will be signed by the ICP managers (or acting managers)
assigned responsibility for the item/groups of items that provide overall
direction/oversight control of the quality processes without power of re-
delegation. Category II PQDR responses will be signed, as a minimum,
by the supervisor (or acting supervisor). Signatures on final replies
constitute management's documentation of the determination that the
PQDR process was correctly implemented and sound technical
decisions were achieved.
(18) After final response has been provided to the screening point,
monitor all actions initiated to assure they are completed (e.g.,
specification or drawing change, stock screening, return/disposal of
exhibits, review of new solicitations/contracts for inclusion of CTDF
changes). Establish control to assure follow-up actions are completed.
(19) Update quality history files. The establishment of a proper audit
trail for all pertinent actions and decisions related to the processing of
each deficiency report and related materiel is essential and all actions
must be properly documented. The final reply represents all
comprehensive documentation, including decisions pertinent to testing,
screening, and feedback to contractors. If it is determined inappropriate
to place this documentation in the final reply, the PQDR history file
should contain the documentation. In addition to the PQDR history file,
documentation of the full PQDR investigation and resolution actions
should be placed in the automated deficiency reporting system. See
paragraph 43.
29. CUSTOMER/DEPOT COMPLAINT E-MAIL PROCEDURES. The Military
Services, DLA ICPs, and Defense Contract Management Command (DCMC) have the
capability to send and receive Electronic Mail (e-mail) messages that report complaints
on DLA materiel. DLA elements (both ICPs and DCMC) will use e-mail to the maximum
extent, in sending and receiving e-mail messages that transmit complaints, information
about complaints, complaint investigation results, and responses to complaints.
a. The ICP Focal Point is responsible for receiving and controlling e-mail complaints
transmitted to them through the e-mail system and forwarding them to the appropriate
Action Points. The ICP Focal Point will:
(1) Establish and maintain a e-mail mailbox address that will serve as
the ICP's central point for the receipt of e-mail complaints that are
originated by DLA's Military Service customers.
(2) Receive e-mail complaints that are transmitted to the ICP and
maintain archival files of complaints that are received. E-mail
mailboxes should be checked at least once per day for incoming
complaint messages.
(3) Use the e-mail complaints that are received as basic source
documents for entry of complaint information into the Customer Depot
Complaint System (or other complaint computer systems as
applicable).
(4) Transmit the e-mail complaint to the appropriate action office.
(5) On an exception and as-needed basis, provide hard-copy printouts
of complaints (or re-transmit e-mail documents) to replace lost
documents, or to provide evidence of receipt times.
(6) The ICP Focal Point will not be required to transmit complaints via
e-mail to Support Points. If the ICP Focal Point receives investigation
results from Support Points, the messages received will be forwarded to
the appropriate Action Point without need for entry into the CDCS
system.
(7) The ICP Focal Point will not be required to transmit complaints via
e-mail to Screening Points/Originating Points unless an agreement
between organizations is made to allow this. This agreement shall be in
writing.
b. The ICP Action Points will:
(1) Receive e-mail complaints that are transmitted to their address from
the ICP Focal Point. Complaints received directly from originators will
be transferred to the ICP Focal Point. E-mail mailboxes should be
checked at least once per day for incoming complaint messages.
(2) Send complaints to Support Points, as needed for investigation, and
e-mail formatted complaints, as necessary, to the appropriate Support
Points (i.e., Deficiency Report Program Managers at DCMC offices).
E-mail addresses for Deficiency Report Program Managers can be
found through the Internet at: http://www.dcmc.dla.mil. All complaints
will be sent with a message that includes: a statement of the support
required (e.g., investigation or information only), a suspense date for
the response (normally 30 days for a Category II Product Quality
Deficiency Report (PQDR)), and the pertinent background data which
may be helpful in the investigation effort.
(3) Receive complaint investigation responses, and requests for
additional information, via e-mail. E-mail mailboxes should be checked
at least once per day for e-mail correspondence.
(4) Complaints should be sent "(R)registered" with a return receipt
requested. The Action Point that sends the complaint will monitor the
system to assure that the addressee received the complaint.
(5) The ICP Action Points will send complaint responses to Screening
Points/Originating Points. The e-mail address of the Point that sent the
original e-mail complaint will be used unless other arrangements are
made with the Screening Point/Originating Point. The e-mail responses
will be accompanied by an attachment of the Support Point's DLA
Form 1227 Format and will include all information required in
paragraph 27 of this manual.
c. The ICP Control Point is responsible for periodically analyzing the processes and
results of e-mail complaint transmission, to assure the e-mail system is operating
satisfactorily, and taking appropriate action as necessary.
30. CUSTOMER DEPOT COMPLAINT SYSTEM (CDCS)
a. The CDCS is designed to:
(1) Automate the routine tasks involved with the processing of
complaints at ICPs. These routine tasks include capability to:
(a) Generate a control number for the complaint.
(b) Search and extract information from existing data files.
(c) Generate an acknowledgment to be sent to the complaint originator or screening point.
(d) Collect and retain complaint, investigation, and resolution information.
(2) Control the status and aging of complaints. The CDCS will:
(a) Provide information, track the complaint's progress and status, including sequential
assignment within ICP, date transferred, length of stay, and new location.
(b) Establish suspense dates for aging control.
(3) Provide information to aid in investigation of complaints, which
includes the capability to:
(a) Notify Supply and Contracting personnel of complaint assignment.
(b) Generate a notification to a Depot that investigation or coordination is required and
transmit the report for Depot action.
(4) Provide notification to contracting personnel on the number and
type of complaints.
(5) Provide input to a contractor performance history report for
Contracting Officers, Quality Assurance personnel, and other interested
parties.
(6) Provide reports to Business Office/DFAS personnel of all credits
granted to assist them in maintaining and analyzing accounts and
claims receivable. Each ICP that has implemented the CDCS has a
focal point for receipt and processing of all CDCs, action points which
investigate, resolve, and respond to complaints, and a control point
which analyzes and controls the CDCS at the ICP. b. Focal Point
personnel will:
1. Receive and perform initial entry of customer depot complaints into CDCS.
(a) All copies of the complaints will be dated with date of receipt on the top right corner
of the form or document immediately upon receipt.
(b) Complaints received on forms or message format will be entered directly into the
CDCS system.
(c) Receive complaints from users by Phone. Phone complaints will usually not be made
to the focal point. However, if they are, the complaints received by phone at the focal
point will be put on the form to which the complaint refers (e.g., product quality
complaint information will be put on an SF-368). The information on these forms will be
entered directly into the CDCS system.
(d) Check for basic information. If basic information (NSN, Condition Code, Contract,
Delivery Number, Prime, Quantity, Dollar Value, and Discrepancy) is not on
form/message document, the receiving clerk will attempt to contact the originator for the
information. If originator is unavailable, or information is not quickly retrievable, the
clerk will not pursue the missing information.
(e) Evaluate complaints to determine if the complaint is a new complaint or a follow-up.
If it is determined to be a new complaint, it will be evaluated to determine if it requires
research/resolution or if it is for information only. [1] Follow-ups will be entered as a
maintenance action using published terminal procedure. [2] Complaints determined to be
information only will be closed at the time of new complaint entry with the hard copy
forwarded to the appropriate office conspicuously marked "Information Only." [3] The
data entry personnel will enter all available data into the system, including mandatory and
optional data. [4] If optional data (all except NSN & screening point) is not available or is
unobtainable, the field will be left blank. Under no circumstances will dummy or
nonstandard codes be used. [5] The focal point creates a new record. [a] Data entry clerks
will prioritize complaints in the following order for processing:
PRIORITY TYPE OF DOCUMENT
1 Category I PQDRs (SF-368/message/phone)
2 Category II PQDRs (SF-368)
3 Audit Substandards
4 Contract receipt SDRs (SF-364)
5 Packaging SDRs (SF-364)
6 DISREPs (SF-361)
7 Depot Complaints (DD-1225)
8 Field SDRs (SF-364)
9 Customer Returns (SF-364)/
10 Any other
[b] Use published terminal procedure for entering data elements. [c] Initial status will be
entered using the code for the action office that has responsibility. [d] Data element
"Discrepancy" will be put into abbreviated English as much as possible to fit maximum
information in the 64 spaces.
(6) The control number that is assigned by the computer will be put on
original document/form in the top right corner.
(f) Process rejects per published terminal procedures.
(g) Forward complaint to the proper office. Duplicating and filing a copy of the
complaint at the focal point may be performed at the option of the focal point. Category I
PQDRs and time sensitive complaints will be hand-carried to the proper office.
(h) Perform deletion, reactivation of records, and changes to the received date.
(1) A copy of the PQDR or data entry request sheet will be provided to
the focal point by the requesting office. (Incorrect data entry requests
should be resolved before computer entry.)
(2) Enter information required on screen per published procedures.
c. The Control Point will:
(1) Receive, review, analyze, and distribute all ICP internal CDCS
reports and mail CDCS external reports.
(2) Use CDCS scheduled product reports to control complaints for the
activity. Specifically, report numbers F-477, F-485, F-486, F-488, F-
489 will be analyzed to determine the numerical trends. Adverse or
significant trends will be reported to management. Trends to be
analyzed are as follows:
(a) Report F-485 - total actions and each document/discrepancy type.
(b) Report F-486 - total actions and each category of aging for each status code and
discrepancy type.
(c) Report F-477 and F-489 - higher age groups and significant dollar values, for
complaints of each element of organizations.
(d) Report F-478 - higher age groups and significant dollar values.
(3) Use CDCS scheduled products in conjunction with sampling
techniques, to assure the focal point and all other organizations are
entering complete and accurate data into CDCS.
(4) Perform trend analysis.
(a) Trends of NSNs, contractors, shipping activity, CAO, and screening point/originators
will be analyzed separately using CDCS products F-478, F-481, F-487A, F-487B, F-
490B, F-491. Minimum analysis will be performed for each area as follows: [1] Most
complaints. [2] Fewest complaints. [3] Recurring problems. [4] Significant deviations of
report numbers and report quantities.
(b) Report F-488 will be used to analyze increases and decreases in occurrence
percentage for each element of discrepancy, cause, disposition, and correction.
(c) Reports to management and reports to action points for correction/preventive action
will be provided.
(d) Collect information on the effectiveness and efficiency of CDCS and propose
changes/take action as necessary.
d. The Quality Assurance Action Points are the personnel in the ICP's Commodity
Business Units (CBUs)/Product Centers who are responsible for receiving, investigating,
resolving, and responding to complaints. They will:
(1) Receive complaints from the focal point. The forms/documents will
have a date and a control number in the upper right corner of the
document. Forms/documents/messages received without a date and
control number will be transmitted to the focal point.
(2) Review the complaint for completeness to perform the
investigation/resolution and contact the originator (or perform research)
to obtain missing or additional information as necessary. If additional
information is obtained or information correction is necessary, the
additional data will be entered into the CDCS by the Action Officer.
(3) Receive phone complaints.
(a) Information received by phone will be put on the form to which the complaint refers
(e.g., product quality complaints will be put on an SF-368).
(b) The form will be transmitted to the focal point for processing. If the report is a
Category I PQDR or a time sensitive complaint, a duplicate of the report will be made
and retained to begin immediate resolution action and the original form will be hand-
carried to the focal point for processing.
(4) Control complaints in its area.
(a) A listing of new complaints (i.e., CDCS Report F477A, F477B,F479A, or F479B)
assigned to the action point will be obtained periodically, but at least monthly, and
annotated with the assigned Action Officer's name to assure that all complaints entered
into the CDCS have been received from the focal point and assigned for action.
(b) Scheduled products and reports will be obtained and reviewed by supervisor
personnel and the Action Officer, as required but at least monthly, to maintain
cognizance over workload, open actions, near due, and past due suspense of complaints.
(5) Use complaint history information for investigation of complaints.
(a) The action office will check the CDCS records using the CDCS terminal and, if
necessary, will check Report F-480, Product Quality Deficiency report, and Report F-
499, Closed Item by NSN (on microfiche), to assure that:
(b) Check that the complaint is not a duplicate of a previously entered report. Duplicates
will be returned to the focal point with a request for the complaint to be removed from
CDCS.
(c) Check that the complaint is not related to a complaint resolution that has been made
previously. The action of the resolution will be performed, if appropriate, and closing
actions will be made.
(d) Check that the complaint is not similar to a previous complaint that has been resolved.
The action point will determine the applicability of performing a similar resolution or
increasing corrective action measures due to the recurring nature of the complaint.
(e) Check that a trend is not developing that would indicate contractor, NSN, CAO, or
shipping activity problems are occurring.
(6) Enter interim action and status information as soon as it is known
and provide the hard copy to the new action point. At this time, the
discrepancy code should be entered if known.
(7) Enter closing action information into the CDCS as follows:
(a) Additional basic information that assures a complete record.
(b) Closing action code information. CDCS codes to be used by Quality Assurance
personnel are listed on figure 30-1.
(c) Final Discrepancy narrative.
(d) Closing narratives. The final discrepancy and closing narratives will be written in
abbreviated English to assure maximum information is provided in the space provided.
Examples: (Cause) KTR at fault-Worn fixture in Mach Oper-only KR 81-C-XXX
involved (Disposition) KTR repaired-no cost to Govt-screened stoks-rtnd mat to DDSP
as CCA (Correction) KTR replaced fixture & dev new Mach Oper proced-DCMC to
monitor
(8) Prepare and mail responses, as necessary, to the originator or
screening point.
(9) Enter "Completion" date into the CDCS.
(10) Maintain a copy of the complaint and the response.
(11) If there are additional action points where the complaint is to be
processed (i.e., to the Comptroller for credit) enter the appropriate
status code and provide a copy of the complaint to the new action point.
If no further action points are required, the Action Officer will enter the
closure date into the system and close the record.
CDC CODES
Cause Codes
CODE EXPLANATION
CA Catalog
Incompatibility/Error
CE Contracting Error
CN Contractor
Noncompliance
CP Contractor
Noncompliance (Packaging Contractor)
CR Carrier
Responsibility
CS Contractor
Noncompliance (Subcontractor)
DE Contract
Administration Services QA Error
EE Engineering Error
EL Customer Alert
FD Multiple
Requisitions (DFAS processing)
ID Inadequate
Contract Technical Data Error
IE Item/Equipment
Incompatibility
IS Inadequate
Specifications
MA Misapplication by
Customer (User Error)
ME Maintenance Error
MM Misidentified
Material
OA Invalid Complaint
Use Only
OT Other/Does Not
Apply
QA Inadequate
Contractual Quality Assurance Requirements
RE Requisitioner
error
SA Screening
Activity Error
SE Engineering
Support Activity/Specification Preparing Activity/Service
User Error
SI Simplified
Investigation - cause not determined
SL Expired Shelf-
Life
SR Shipper
Responsibility
SU Supply Operations
Error
TR Transshipper
Activity/Other Responsibility
UA Unapproved Source
US Unapproved
Substitute
WE Storage Site Error
FIGURE 30-1
Correction to Cause Code
CODE
EXPLANATION
AA Advise Screening
Activity
AC Advise Contracting
AO Advise Supply
Operations
AQ Advise Quality
Assurance
AR Advise
Requisitioner as to their Appropriate Action
AS Advise Technical
Support
AT Advise Storage &
Transportation
CA Correspondence
with Contract Administration Service
CC Correspondence
with Contractor
CT Correspondence
with Cognizant Transportation Officer
IS Issue Quality
Assurance Letter Of Instruction (QALI) by NSN or
Contractor
NO No Action Required
RA Request Contract
Administration Services QA Support
RB Review Operational
Procedures for Adequacy
RC Request Center-
Wide Consolidated Position
RD Request Depot QA
Support
RE Review Policy
RF Review Storage
Serviceability Standards for Shelf-Life Requirements
RH Request HQ-DLA
Assistance
RI Invalid Complaint
RJ Request Joint
Quality System Review
RM Recommend Contract
Modification
RO Request PostAward
on Current Contracts
RP Request PreAward
Survey Prior To Future Contracts
RQ Request Special
Inspections
RR Review Item to
Determine Appropriate Inspection Point and/or Quality
Requirement
RS Recommend
Specification/Standard/Drawing Review
RT Request Testing
RU Recommend Carrier
Disqualification
SQ Schedule Quality
Systems Management Visit
UC Update Catalog
Description
UT Update Contract
Technical Data File
FIGURE 30-1
Discrepancy Code
CODE
EXPLANATION
Stored Material
A1 Condition of
Stored Material Changed because of Damage
A2 Condition of
Stored Material Changed Because of Deterioration
A3 Stored Material
is Misidentified
A4 Stored Material
is Incomplete
A5 Stored Material
Requires Repair
Condition of Material
C1 In Condition
Other Than That Indicated on Release/Receipt Document
C2 Expired Shelf-
Life
C3 Damaged Parcel
Post Shipment
C4 Exceeded Delivery
Age Control
C5 Damaged Freight
Shipment
C6 Damage Caused by
Pilferage, Vandalism or Theft
Documentation
D1 Supply
Documentation Not Received
D2 Supply
Documentation Illegible or Mutilated
D3 Supply
Documentation Incomplete, Improper or Without Authority
Wood Products (Can be redefined by centers to reflect
unique discrepancies)
L1 Moisture Exceeds
Allowable Percentage
L2 Not Treated In
Accordance With Specifications
L3 Product Off Grade
L4 Improper Size
L5 Improper Tally
L6 Improper or No
Grademark On Product
L7 Rotten Product
L8 Splits, Excessive
Wane, Scant, or Not End Trimmed (One or All)
Misdirected (Redefined temporarily for Year 2000
Problems)
M1 Y2K Problem
Overage
O1 Quantity Received
More Than Quantify on Receipt Document
O2 Quantity Received
More than Quantity Requested Plus Variance, If
Applicable
O3 Quantity Received
Duplicates Shipment
O4 Quantity Received
More Than Quantity on Transportation Document
(SF361)
Packaging
PO Improper
Packaging
P1 Improper
Preservation
P2 Improper Packing
P3 Improper Marking
P4 Improper
Unitization
P5 Improper LOGMARS
P6 Improper Shelf-
Life Markings
P7 Missing Part
Number of Container
P8 PPP Contract
Deficiency Which has been Corrected / Is Being
Corrected by
the Depot.
Product Quality Deficiencies
Q1 Deficient
Material (Grant Aid and FMS Only)
Q2 Quality
Deficiency
Q3 Customer Return &
Improvement Initiative
Q4 Multiple
Requisitions
Q5 Invalid
Q6 Item Failed
Under Use
Q7 Safety Hazard
Shortage of Material
S1 Quantity Less
Than Quantity on Receipt Document
S2 Quantity Less
Than Quantity Requested Minus Variances, if Applicable
S3 Parcel Post not
Received
S4 Material Not
Received but Billed
S5 Quantity Less
Than Quantity on Transportation Document (SF361)
Technical Data
T1 Missing
T2 Illegible or
Mutilated
T3 Precautionary
Operational Markings Missing
T4 Inspection Data
Missing
T5 Serviceability
Operating Data Missing or Incomplete
T6 Warranty
Wrong Item
W0 Unidentifiable
W1 Incorrect Item
Received
W2 Unacceptable
Substitute
W3 Unit of Issue
Incompatibility
W4 Incorrect Part
Number
W5 Missing Part
Number on Bare Item
W6 Mixed Stock
W7 Wrong Item
Purchased
W8 Wrong Item of
Issue Shown on Procurement Instrument
W9 Incomplete Item
Damage
X1 Received in
Damaged/Unserviceable Condition
XL Hazardous
Material
FIGURE 30-1
Disposition Codes
CODE
EXPLANATION
AB Return to Depot
AD Disposal
Requested/Authorized
CC Corrective Action
Made by Government with Reimbursement Made by
Contractor
Under a Recovery Program
CG Corrective Action
Made by Government without Reimbursement
CH Change Condition
Code and Re-Submit
CL Claim Less Than
Minimum Allowance - Administrative Allowance
DA Damage Attributed
to DLA - Disposed Previously
DC Deleted Complaint
(*See Note*)
DD Damage Attributed
to DLA - Dispose
DF Damage Attributed
to DLA - Repair Order to Follow
DR Damage Attributed
to DLA - Depot Repair Authorized
FA Material Damaged
in Transit, Carrier Responsibility
FB Material Damaged
in Transit, Carrier Responsibility, Depot Repair
IC Invalid
Complaint
ID Insufficient
Data for Investigation or Report. Further Data Needed
IM Items Unusable,
Return to Depot
IR Items
Redirected By Government with Recovery from Contractor
IS Items
Redirected By Government without Recovery from Contractor
IT Items Replaced
or Repaired by Contractor under a Recovery Program
IU Items Retained
with Consideration from Contractor
IV Items Retained
without Consideration from Contractor
IW Items Retained
without Cost
IX Items Returned
to Contractor for Redirection
IY Items
Unsuitable, Destroy
IZ Items
Unsuitable, Dispose
MC Material
Components Furnished
MD Multiple
Disposition Instructions Provided Off-Line
NM Not Managed by
Center, Referred to Proper Item Manager
OA Documentation
Furnished
OB Overage/Shortage
with Contract Variation Clause
OC Contractor
Abandoned Property, Dispose
OF Contract
Shortage, Contractor to Replace
OG Information Only,
No Action Necessary
OH Substitute
Acceptable
OI Contractor
Abandoned Property, Return to Stock
OM Overage/Shortage
Not due to Packaging/Duplicate Shipment
OS Contract Overage,
Off-Line Instructions to Follow
OT Other/Does Not
Apply
RA Return to Storage
Activity
RB Return to Depot -
Transship to Contractor
RC Return to
Contractor
RD Return of
Contractor without Replacement
RE Rights Have
Expired and Recovery Not Made, Inventory Loss
RF Retain for Future
Supply Decision
RG Replacement
(Repair/Refund) by Contractor Goodwill Gesture
RH Use As Is
RM Remark And Return to
Stock
RO Inspect and Return
to Stock
FIGURE 30-1
Disposition Codes
CODE
EXPLANATION
RP Repackage and
Return to Stock
RQ Request for
Information
RR Refund for Item(s)
Obtained Under a Special Recovery Program
RS Return to Stock
As Is
RW Authorization to
Rework
SD Safety Hazard,
Destroy
SH Safety Hazard,
Dispose
SM Shipment Status to
Customer
SN Not Traceable
SP Shipment Lost or
Insufficient, Proof of Shipment Obtained From
Contractor
SQ Decentralized
Issue
SS Contract Shortage
- Additional Stock not Expected
TA Tracer Action Via
SF 361
TC Test Confirms
Report
TE Classified,
Sensitive, or Technical Material, Release to Carrier for
Repair or
Salvage Prohibited
TG Technical
Evaluation of Damaged Items Provided Directing Disposal
or Delivery to
Carrier for Salvage
TL Time Limit Expired
TN Test Does Not
Confirm Report
W1 Customer to Submit
FTE
* NOTE: DC can not be input by user. It is automatically assigned
when a delete action is taken by the focal point.
FIGURE 30-1
31. QUALITY SYSTEMS MANAGEMENT VISITS (QSMVs)
a. QSMVs are quality assurance visits to contractor facilities, Engineering Support
Activities (ESAs), SPA Activities, contractor or Government laboratories, contractor-
operated warehouses, contractor facilities for storage and maintenance of DLA items,
Defense Depots, GSA-operated depots, posts, camps, stations, military bases, shipyards,
and non-DLA activities where DLA stocks are stored, maintained, handled, or used.
Examples of situations when QSMVs may be advantageous are:
(1) The contracting, storage, or issuance of a new item or contracting
with a new contractor.
(2) Repetitive noncompliance by a contractor.
(3) Examination of first article/first lot.
(4) Receipt of DD Form 1716, Contract Data Package
Recommendation/ Deficiency Report.
(5) Investigation of customer or depot generated quality complaints or
allegations of adverse quality involving DLA contracts.
(6) Investigation as to cause of defective stock/shipments reported by
Product Verification.
(7) When a specific depot or customer has a quality problem; when
assistance is required by a contractor; when requested by the CAO;
when requested by HQ DLA.
(8) Request for approval of nonstandard sampling plan.
(9) Review and clarification of quality, reliability/maintainability
requirements.
(10) Need to participate in Preaward Surveys and Postaward
Conferences.
(11) Review of special preshipment inspections for Foreign Military
Sales.
(12) Performance of economic analysis of repairable/nonconforming
material or quality evaluation studies for commodities managed.
(13) Development of, and providing, commodity-oriented training.
(14) Review of equipment calibration controls and calibration system
implementation consistent with requirements of DLAR 4155.21, DLA
Metrology and Calibration Program.
(15) Survey QSL/QML applicants.
b. Personnel performing Quality functions should perform the following procedures:
(1) Perform advance planning of needed travel, this includes:
preparation of estimates of proposed travel for the coming fiscal year
and making subsequent revisions of budget needs for planned visits.
(2) Plan, schedule and perform QSMVs to ensure optimum use of
technical expertise and available travel funds, and to ease
administrative burden of facilities visited.
(3) Schedule and perform QSMVs to the maximum extent in
conjunction with Preaward Surveys, Postaward Conferences, First
Article inspections, or QSRs conducted by cognizant CAS components;
with quality audits or surveillance inspections performed at storage and
maintenance activities; and, for resolution of special contracting or
product problems that arise.
(4) Preliminary Planning of a visit:
(a) Personnel planning a QSMV will review applicable contractor, item, and specification
quality history files, PQDRs, storage discrepancy reports, Preaward Surveys, product
waiver/deviation requests, and other quality data before making the visit. This review will
enable QA personnel to become familiar with likely problem areas at contractor and
Government activities to be visited and enable the specialists to concentrate their efforts
in such problem areas.
(b) QA personnel will coordinate, as appropriate, with other ICP personnel, such as
contracting, supply and technical to fully prepare for the visit. It may also be necessary to
communicate with other DLA and Military Service components to obtain data/
information required for the visit. (c) Activities to be visited will be contacted for
notification/ coordination in advance of the visit.
(d) Ensure surveys or reviews performed during QSMVs are product or commodity-
oriented and tailored to the type of facility to be visited.
(e) Advise and request participation of the cognizant CAS component, to include USDA,
USDC and FDA, for QSMVs at a contractor's facility.
(f) Request DLSC-LEQ participation in a specific QSMV when support/assistance is
needed.
(5) Performance of QSMVs to contractor facilities will be
accomplished: to participate in Preaward Surveys and Postaward
Conferences; inspect first article and first lots; perform QSRs;
investigate contracting or product problems; determine the adequacy of
specification requirements, and product conformance to technical
requirements; and/or to provide technical support/assistance. Visits to
Contractor Facilities will include considerations to:
(a) Hold an advance meeting with responsible Government personnel to discuss purpose
of visit and working arrangements during the visit.
(b) Upon arrival at the plant, ICP personnel will hold an entrance meeting with available
Government personnel to review the purpose of the visit, needed assistance, extent of
participation, work assignments and arrangements for a meeting with the contractor's
responsible personnel.
(c) Depending on the nature of the visit, ICP personnel will: [1] Review the contractual
quality and technical requirements with contractor personnel and the QAR to determine if
the requirements are adequate and properly interpreted. [2] Inspect the product to assure
conformance to specified requirements. [3] Review QALIs, if applicable, for necessity
and effectiveness. [4] Assist in problem resolution with emphasis on cause. [5] Provide
technical support to the contractor and QAR.
(d) ICP personnel performing QSMVs shall recognize the contractor, PCO, and CAO
relationship at all times. To prevent misinterpretation, constructive changes to contracts
or inappropriate Government actions, verbal instructions will not be provided to QARs
through channels outside of the CAO. A Contracting Officer letter, message, or
contractual instrument must formally document all such instructions. If the QAR is
requested to follow verbal instructions due to urgency, QA personnel/Contracting
Officers shall process the request through the ACO, who will inform the QAR of actions
to be taken. Actions that necessitate modification of existing contract requirements will
not be imposed on the contractor prior to official contract modification by the
Contracting Officer. Changes to QALIs previously issued to QARs will be in writing
(message permitted).
(e) ICP personnel will hold an exit interview with the QAR and other Government
personnel upon departure. Problems encountered and observations made during the visit
will be fully discussed and agreements reached for resolution or further action.
(f) Forward the findings of the QSMV by letter to all interested personnel (i.e., the PCO,
ESA/SPA, and the CAO and QAR of the cognizant CAS component, to include USDA,
USDC and FDA). Where HQ DLA/DLSC action is required, a copy also will be
furnished to HQ DLA, ATTN: DLSC-LEQ with appropriate comments and
recommendations.
(6) Visits to Storage and Maintenance Activities. Commensurate with
the type of activity to be visited and the purpose of the visit, ICP
personnel performing quality assurance functions will:
(a) Review quality and technical requirements in contracts assigned for technical
inspection and acceptance at destination with storage quality control personnel to
determine if the requirements are adequate and properly interpreted. If required,
inspection of the product may be made to assure conformance to the technical
requirements.
(b) Review instructions issued by the ICP, such as storage standards, maintenance
standards, shelf life inspection criteria, and special inspection guidelines, with storage
and maintenance personnel to assure that they are adequate and understood in the areas of
special handling, storage, transportation, packaging, marking, repair, rebuild, and
assembly.
(c) Determine whether work is being accomplished at maintenance activities in
accordance with instructions in project orders, adequacy of quality control functions,
adequacy of technical quality requirements and technical maintenance standards or
maintenance instructions provided with project orders, and need for additional technical
assistance.
(d) Assist DLA Product Verification Program implementation; provide training; assist in
performance of PVP inspections/tests; validate PVP test failures.
(e) Assist in problem resolution with emphasis on cause.
(f) Provide support to storage and maintenance quality control personnel and Product
Testing Center personnel.
(g) Develop and provide commodity oriented training.
(7) Visits to Other Government Activities. In addition to contractor
plants and storage/maintenance sites, QSMVs to other Government
activities are essential to obtain, develop, and/or disseminate quality-
related data for effective QA. For this reason visits may be scheduled
to:
(a) ESAs and SPAs to coordinate quality data and provide recommendations for
specification development, changes or revisions. The contracting history and user
feedback data accumulated at the ICPs are important factors to be considered for
specification requirements.
(b) CAS components and other Government activities to provide commodity training and
expertise, and effect coordination for contracting actions and related quality matters.
(c) Customer activities to resolve quality problems and advise customers of the proper
procedures to report such problems, obtain data to assist in development of effective
quality requirements for materiel purchased, review requirements on contracts assigned
for destination inspection on direct shipments from contractor facilities for adequacy and
proper interpretation; and/or provide technical assistance.
(d) Government or private laboratories to: resolve quality problems, investigate
disparities between Government and contractor test results, investigate causes for testing
delays, review in-house quality control procedures, review in-house test procedures and
methods, and review in-house currency of specifications and procedures.
(8) Enter QSMV data into the quality history system (i.e., QEP) to
include a summary of findings, corrective actions taken and estimated
dates for completion of action. A separate entry should be made for
each contract NSN, and CAGE, applicable to the trip. If there are too
many separate NSNs and contracts for each CAGE code, one entry
should be made for each CAGE code with the NSNs and contracts
identified in the comment field.
32. ALLEGATION OF ADVERSE QUALITY AND RELIABILITY INVOLVING
DLA CONTRACTS
a. Allegations may be received through many sources including congressional inquiry,
Hotline reports, DoD Inspector General/GAO/DCIS investigations, and letters sent
directly to Headquarters DLA, or to a Defense ICP. Personnel assigned Quality functions
should perform thorough and impartial inquiry to investigate and reply to adverse quality
and reliability allegations.
b. Allegations usually arise from, but are not limited to, unsuccessful bidders,
competitors, subcontractors, public-spirited citizens, company employees, and/or the
news media, who have developed or received information that has led them to conclude
that a successful contractor intends to provide, or has provided (intentionally or
unintentionally) substandard materiel or service. This conclusion is usually based on the
fact that the successful contractor has contracted to provide materiel or a service at a
price below what the party making the allegation considers to be reasonable, or below the
summary of costs that the complaining party has experienced or estimated.
c. The allegation may or may not be made with supporting evidence. The lack of
evidence, however, does not necessarily diminish credibility of the allegation. All
allegations must be given due care and consideration.
d. FAR, DFARS, and DLAD 4105.1, Part 9, Subpart 9.1, Responsible Prospective
Contractors, provide the Contracting Officer with criteria by which a prospective
contractor can be determined responsible (capable of providing material or service to the
requisite quality at the lowest cost to DoD). A determination of contractor responsibility,
however, does not necessarily guarantee conformance of the materiel or service provided.
From this possibility of nonconformance arises the potential for an allegation of adverse
quality and reliability.
e. Allegations as discussed in this section, do not include disclosures of counterfeit
materiel or unauthorized product substitution, which are covered in paragraph 33 of this
instruction.
f. Personnel performing quality functions will:
(1) Any time fraud or any intentional nonconformance is suspected,
report the matter to the local Fraud Counsel in accordance with DLAR
5500.10, Combating Fraud in DLA Operations.
(2) Upon receipt of an allegation, determine scope of inquiry necessary
to judge it thoroughly and impartially. Some aspects that will be
considered are:
(a) Prior experience in production of an item.
(b) The quality performance history to include user feedback, and allegations made
against the contractor in question. Quality history data includes both positive and
negative performance information. Lack of data in a file should not be assumed to mean
past satisfactory performance.
(c) The contracting actions for the materiel or service under inquiry.
(d) The adequacy of inspection records available in light of the criticality/sensitivity of
materiel or service. Deficiencies in this area and in quality history files should be
corrected even if the immediate inquiry does not show specific allegations to be true.
(e) Need for inspection or reliability testing, if required, as arranged through the Product
Verification Program office. This re-inspection/testing should be made by qualified,
responsible personnel other than those who initially inspected and accepted the materiel
or service.
(3) Consider assignment of investigation to personnel that have not
been directly involved with the materiel or service under inquiry.
(4) Prepare the reply to the allegation in a timely and appropriate
manner and coordinate the reply with other ICP elements having a
collateral interest, and with the local Fraud Counsel, if applicable.
(5) When appropriate, conduct inquiry of quality and reliability
allegations beyond the scope of information already available to the
ICP. This may include re-inspection of other lots on the same contract
and/or concurrent contract(s) (at contractor's plants, storage points, or
at final destinations), as applicable.
(6) Make recommendations for corrective action, policy or procedural
changes, and updating of contracting systems (i.e., CTDF), when
applicable. Provide complete data on any nonconformances for
inclusion in the contractor quality history file and for institution of
warranty action, as appropriate.
(7) All of the actions described above shall be closely coordinated with
applicable contracting personnel. Contracting personnel shall be
notified of the receipt of the allegations, shall furnish assistance as
requested, and shall be apprised of the conclusion, recommendations,
and/or actions taken, based on the review of the allegation.
33. COUNTERFEIT MATERIEL/UNAUTHORIZED PRODUCT SUBSTITUTION
(CM/UPS). The need for an active program to prevent counterfeiting was established by
HQ DLA to improve the quality of DLA managed items and to prevent entry of CM/UPS
into the DoD Supply System. ICPs should screen, investigate, process, and resolve
written or verbal disclosures of suspected CM/UPS. While each ICP handles CM/UPS
processing in different ways, typical procedures are as follows:
a. Any time fraud or any intentional nonconformance is suspected, report the matter to
the local Fraud Counsel in accordance with DLAR 5500.10, Combating Fraud in DLA
Operations.
b. Specific allegations of counterfeiting or substitutions of materiel that are received
should be provided to personnel within the ICP assigned responsibility for CM/UPS.
c. PQDRs that suggest counterfeiting or substitutions are not immediately CM/UPS
cases. The ICP person assigned to work the PQDR should perform a full investigation
and take appropriate corrective and preventive action on the PQDR. If the findings
indicate that counterfeiting and product substitutions are routinely taking place, at the
time of the PQDR completion, the information should be provided to personnel within
the ICP that is assigned responsibility for CM/UPS.
d. QA aspects of CM/UPS cases include reviewing item and contractor quality history to
include review of previous PQDR investigation findings and results, and, as applicable,
to request special inspection actions, initiate inventory screening actions, determine
testing requirements, obtain samples, arrange for testing, obtain test results, and interpret
test results. CM/UPS personnel may need to collaborate with ICP product quality and
technical personnel as necessary.
34. CONTRACT DATA PACKAGE RECOMMENDATION/DEFICIENCY REPORTS
(DD FORM 1716). FAR establishes the requirement for the CAO to report to the PCO
any observed deficiencies in design or technical requirements, including contract quality
requirements, and recommend necessary changes to the contract, specifications, or other
requirements which will provide more effective operations or eliminate unnecessary
costs. When a DD Form 1716 is referred by the PCO, personnel responsible for quality
functions will:
a. Evaluate the recommendation/deficiency for validity and its impact on the quality of
current and future contracts. The recommendation/deficiency should be evaluated to
determine the degree of significance and the appropriate course of action.
b. The DD Form 1716 shall not be used as a vehicle to accept nonconforming materiel.
Such requests shall not be approved. The response should indicate to the originator that
acceptance of nonconforming materiel may only be accomplished through the contractual
waiver/deviation procedures.
c. The DD Form 1716 shall not be used to reduce, as a matter of expediency, contract
quality requirements. If the originator indicates that the current contractor is unable
(intentionally or unintentionally) to perform to the quality requirements for the item, and,
after a review of the item, it is determined that the requirements are appropriate for the
item, the quality requirements shall not be diminished. The response should indicate that
the requirements are correct.
d. If evaluation has revealed a technical requirement/specification change is necessary,
coordinate with the ESA, SPA or other Military Service activities.
e. Determine an appropriate course of action. Based on this course of action, determine if
suspense date can be met. If resolution will require additional time, inform the
Contracting Officer and recommend the submitter be informed.
f. Recommend to the Contracting Officer a course of action or proposed response back to
the originator to resolve the recommendation/deficiency.
(1) In the event of a specification/technical requirement change, the
person responsible for Quality functions, in conjunction with Technical
personnel, will determine if the change is significant.
(2) If the change is significant, and delivery and payment have not been
completed, recommend to the Contracting Officer that current contracts
be modified and data incorporated into the CTDF/PID.
(3) If the change is not significant, include the change in the CTDF/PID
for future contracts.
35. SUPPLY, STORAGE, AND MAINTENANCE SUPPORT. It is essential that
adequate quality and reliability support be provided to the ICP supply mission. QA
support to the supply mission is needed throughout the preaward, contracting, storage,
distribution, and disposal cycles. The quality assurance support should be provided on
assigned items to item managers, supply officers, and storage and maintenance activities
(including Military Service activities who receive, store, maintain, and issue DLA-owned
materiel under the direction of the ICPs, as well as other activities in the DLA materiel
distribution system). Personnel performing Quality functions will perform actions in the
following areas:
a. Provisioning conferences
(1) Prepare for provisioning conferences by researching the quality
history of similar items and determining the quality aspects of the
materiel that may affect the management, storage, and maintenance of
items.
(2) Provide recommendations regarding quality to Supply personnel for
their participation in provisioning conference.
(3) Participate in provisioning conferences when requested by Supply
personnel.
b. Quality history and discrepancy information
(1) For determination of Method of Support and logistics management,
determine and provide information to item managers regarding quality
aspects that have an effect upon the quantity of items to be purchased
and stocked. This can include such information as the number of items
that must be destructively tested for each buy, the durability and
reliability of items, identification of items that require tests and
evaluations that may increase the procurement lead time, items that
have had quality problems and resultant large numbers of unissuable
stock.
(2) For Backorders, review items held in unissuable status due to
quality deficiencies. If items are serviceable for issue, and are not
needed for exhibits or for return to the contractor for repair,
replacement, or reimbursement, inform the item manager of quantities
that can be placed in issuable status. Under no circumstances will
recommendations condone the placing of known unserviceable materiel
in ready-for-issue stock.
c. Destination inspection
(1) Instructions must be provided to the depot if inspection and
acceptance of contracted materiel at destination requires more than a
type and kind, quantity and condition inspection. These instructions
should be placed in a Quality Assurance Letter of Instruction (QALI)
(see chapter 26).
(2) Commodity training. Participate in the development and the
conduct of commodity training given Depot inspection and Product
Testing Center personnel. The training will be tailored to the specific
situation or individuals involved.
d. Storage Standards
(1) Develop depot storage standards in accordance with DoD 4140.27-
M, Shelf Life Management Manual, and DLAD 4155.37, Materiel
Quality Control Storage Standards, to provide storage inspection
instructions for assigned items.
(2) Review requests for waiver of storage quality requirements. The
review shall be based upon item history and will consider the
circumstances of each case. When requests are repetitive, consideration
should be given to revising the storage standards and recommending
shelf life code changes. Recommendations will be provided to the item
manager and/or Technical personnel as appropriate. Each request shall
be documented with the reasons for the original requirement and the
reasons for changing that requirement.
e. Maintenance Support
(1) Provide quality assurance support to the ICP maintenance program.
This includes support for maintenance performed by Government-
owned maintenance facilities and commercial contractors.
(2) Evaluate items coded for repair and items proposed for repair, to
determine if repair is technically and economically feasible.
(3) Ensure that project orders, work requests, and contracts for
maintenance prescribe adequate QA requirements and instructions to
accomplish the required maintenance, either by reference or direct
incorporation, which includes:
(a) Determining the availability and adequacy of technical data to support the ICP
maintenance program. When technical data is determined to be inadequate, or is not
available, the necessary technical data will be requested from the appropriate Military
Service or commercial sources via appropriate ICP technical data channels.
(b) Developing maintenance instructions or TMSs to identify QA maintenance
requirements in sufficient detail to assure the required level of quality will be obtained.
(4) Provide assistance to Government personnel performing in-house
and in-plant maintenance functions.
(5) Provide QA requirements for packaging in instructions and
information to Government maintenance facilities and maintenance
contractors. The "how-to" packaging requirements will be obtained
from the ICP technical person responsible for technical requirements.
(6) Review requests for waiver of maintenance quality requirements.
The review shall be based upon item history and will consider the
circumstances of each case. When requests are repetitive, consideration
should be given to revising the requirements.
(7) Maintain working communications with maintenance activities to
obtain feedback data generated as a result of maintenance operations,
enter this information into the QEP, and utilize the information to
improve QA operations.
f. Perform QSMVs to selected DLA Storage and Maintenance activities at least annually
to assure the adequacy and understanding of storage standards, maintenance instructions,
TMSs, or other technical guidance provided by the ICP, and assist in the solution of
quality problems. Military Service storage locations will be visited as necessary.
g. Provide quality information and assistance to Supply operations personnel for the
resolution of discrepancies. This includes determination of the quality aspects of wrong
items, overages, shortages, damaged items, etc.
h. Provide recommendations for the disposition of materiel when requested.
i. Utilize quality and reliability feedback data from storage and maintenance activities to
initiate corrective actions and improvements in shelf life criteria, contract requirements,
and specifications.
36. SPECIAL INSPECTION ACTIONS. Special Inspections are requests for
inspections/tests of specific characteristics of items. Normally, the need for special
inspections of DLA-managed materiel will be determined based on the review and
evaluation of customer/depot generated quality complaints, laboratory test results and
other quality history data. Special inspections may be initiated at the request of HQ DLA,
ICP Contracting Officers, Counsel, technical and quality personnel, engineers, and
inventory managers. They may also be requested by the Military Services and via
feedback from QSMVs and QSRs and in the course of investigating allegations of
adverse quality and reliability or counterfeit/unauthorized substitutions. When review and
evaluation of applicable quality history indicate a need for special inspection actions or
requests for special inspection actions have been received, personnel performing quality
functions will perform the following procedures:
a. Determine location(s) of all stocks including, when feasible, those in the hands of user
activities.
b. Initiate action(s), when determined necessary, to have all stocks suspended from issue.
Coordinate with the responsible Supply personnel prior to initiating action to have stocks
suspended from issue when analysis of PQDRs or test results justifies such action. Data
to be included in the request should be NSN, Contract Number, CLIN, date of
pack/expiration/ manufacturer/cure/assembly, lot number, and reference to the PQDR
and/or Test Document Number.
c. Initiate requests for special inspection actions of DLA-owned stock that involve
technical inspection to the Product Verification Program office. They will contact the
appropriate DLA Depot/Contractor/Military Service testing site and arrange for the
testing. Due to the resource impact of special inspections, detailed justification must be
included in the request. Requests for special inspection actions shall contain complete
inspection instructions or other meaningful information needed to adequately perform the
inspection, including but not limited to the following, as applicable:
(1) Specification(s), storage standard(s), and other applicable technical
data, or in lieu thereof, a detailed list of characteristics to be examined
including tests to be performed.
(2) Sampling plan/size.
(3) Reclassification instructions of materiel to be inspected or
identified.
(4) Request for samples.
(5) Requested laboratory to which test samples are to be shipped (The
PVP office may determine that testing should be done at a different
location) and any special shipping instructions.
(6) Contract number.
(7) Manufacturer.
(8) Lot, batch, emulsion, model or serial number.
(9) Required data.
d. For Military Service-owned materiel, DLA ICPs should send requests for retail stock
screening or send ALERTS of notifications about defective, or potentially defective,
materiel to the Military Service Screening Point (see DLAD 4155.24, Product Quality
Deficiency Report Program). For retail stock screening, or when simple visual
inspections are required at DLA Depots, request that inspection results be reported as
follows: When nonconformances are found as a result of the special inspection, require
the results to be reported on a DD Form 1225, Storage Quality Control Report. When the
results of the special inspection are:
(a) No nonconformances in the stock were found, or
(b) The inspection could not be performed, (e.g., no stock on-hand), require the
correspondence requesting the inspection to be annotated as such and returned directly to
the Quality Assurance specialist/professional who requested the inspection.
e. Review and evaluate special inspection action results and provide the appropriate
action personnel (e.g., Contracting, Stock Control, storage activity, or discrepancy report
originator, as applicable) with comprehensive usage or disposition instructions.
f. Update technical data, CTDF, and item and contractor quality history file with
intelligence gained through special inspection actions.
g. Update applicable storage standards where necessary, based on intelligence gained
through special inspection actions.
h. When inspection results indicate a need for specification revision, forward copies of all
pertinent information to the SPA, through the applicable ICP review activity, with a
request for revision of the specification as needed or indicated.
37. QUALITY AUDIT. These are technical inspections of DLA-materiel that are more
extensive than special inspections and are used to check the quality of products in special
circumstances, e.g. new contractor(s), problem contractor(s), new item(s), CM/UPS
disclosures, and allegations of adverse quality and reliability. Where special inspections
typically involve only one or two characteristics, Quality Audits usually involve many or
all characteristics of an item. To have a quality audit performed, ICP personnel
responsible for quality should request the ICP Product Verification Office to arrange for
the inspection/testing.
a. Before requesting a quality audit, personnel responsible for quality should perform the
following:
(1) Review the contract documents including all modifications
affecting the product and technical data.
(2) Obtain and review referenced data not in the official contract folder.
Use local procedures for requesting data from the ICP technical
personnel, or from automated systems.
(3) Review the complete package of contract documents and technical
data for adequacy in accordance with FAR, DFARS, DLAD 4105.1,
and DLAD 4155.2 provisions to assure descriptions of purchased
products are adequate for technical inspection of the item purchased.
FAR, DFARS, and DLAR 4105.1, section 46.202 provide criteria for
appropriate contract quality requirements. Other factors for
consideration, where appropriate, include the criticality of item
application, destination of shipments, specified place of inspection and
acceptance, and requirements for verification testing. When contractor
sampling inspection is authorized, contracts must include appropriate
sampling criteria such as sample size and inspection level. The
availability of only manufacturer's name and part number will be
reported to the ICP technical personnel for potential technical data
acquisition. Pay particular attention to contract quality requirements
and packaging instructions to assure that requirements are appropriate
for the products being procured.
(4) Approved waivers and deviations will be noted and, if repetitive,
recommend appropriate specification changes to the cognizant
technical personnel and annotate quality history files.
(5) When needed, select product characteristics to be inspected by the
auditor. Instruct the auditors concerning the technical inspection
characteristics and quantity of items to be inspected.
b. Evaluate the audit inspection results. Ambiguities concerning inspection results will be
resolved through the PVP Office.
(1) Changes to technical packaging requirements, suspected duplicate
NSNs, and unreasonable pricing suggested by the audit will be
evaluated and forwarded to the applicable technical personnel.
(2) Evaluate any substandard items and validate them if necessary.
(3) If the audit activity did not do so, prepare a PQDR on the
substandard and forward a copy to the ICP Focal Point to be entered
into the CDCS as a document-type 5. Investigate the PQDR in
accordance with chapter 28 of this instruction.
(4) Responses on completed PQDRs, will be provided to the Product
Verification Office and the Depot Quality elements who reported the
substandard.
38. TECHNICAL SUPPORT. The ICPs' Quality Assurance and Technical
Operations/Engineering personnel perform support functions for the Supply, Contracting,
and Engineering missions. The functional personnel work together closely to assure that
consistent and appropriate support is provided.
a. DLAR 3200.1 provides the policy and procedures for DLA to obtain engineering
support from the Military Services on DLA managed items. DLA Form 339, Request for
Engineering Support, is the vehicle for formally communicating with the ESA.
b. The ICP's technical element is the ICP's focal point for all engineering support requests
to the ESA that pertain to the technical requirements of an item.
c. When only Quality Assurance aspects are involved, personnel performing Quality
Assurance functions may contact and work directly with the Military Service/ESA for the
following:
(1) Requests for input, guidance, clarification, or reconsideration of
ESA-identified/requested Quality requirements, i.e., QA provisions in
the Technical Data Package, first article and other tests, sampling
criteria, mandatory inspections, critical quality characteristics based on
application, and classification of quality characteristics.
(2) Discussion of Contractor Requests for Deviations/Waivers of
nonconforming materiel.
(3) When Military Service specifications are involved, documentation
concerning additions, deletions, or changes must be submitted to the
SPA. If the recommended change is applicable to the technical
requirement sections of the specification, the request will be submitted
to the ICP technical liaison point element for evaluation/action. If the
recommended change is applicable only to QA Provisions, personnel
performing Quality Assurance functions shall submit the
recommendation directly to the SPA.
d. Personnel performing Quality Assurance functions will:
(1) Provide support to the ICP's technical element and to Military
Service ESAs/SPAs, as requested or as needed, on Quality related
issues. This includes: Quality history information on items and
contractors, information on determinations of contract quality
requirements, quality aspects of alternate offers, and recommendations
for item technical improvement.
(2) Obtain technical assistance from the ICP technical personnel,
whenever assistance is needed. This includes, but is not limited to,
review of waivers and deviations for nonconforming materiel and the
determination of characteristics for First Article tests.
(3) Submit requests DLA Form 339, to the ICP technical element,
when recommending changes to, or requesting engineering support on,
item technical requirements. The request will contain sufficient and
quantified technical background, inspection data, test results, etc., to
provide proper evaluation. Complete information and justification will
be provided.
(4) Submit DD Form 1426 directly to the SPA when making
recommendations on quality assurance aspects of Military Service
specifications. A copy of the recommendation shall be provided to the
ICP element responsible for standardization documents.
(5) Submit requests/DD Form 1426 to the ICP element responsible for
standardization documents when making recommendations about
technical requirements of Military Service specifications.
39. QUALIFIED PRODUCTS LIST (QPL)
a. A QPL is a document that identifies the product specification, manufacturer or
distributor, part or model number or trade name, place of manufacture, and the test report
number. It should be noted that in cases where a manufacturer has more than one
manufacturing plant, the product qualification applies only to the plant which produced
the sample examined, tested, and approved.
b. DoD 4120.3-M identifies the purpose of qualification. In part, it states the purpose of
qualification is to provide a means of relieving quality conformance inspection of long,
complex, or expensive tests prior to and independent of any contracting action. SPAs
may issue a QPL requirement when:
(1) Tests to determine conformance of a product to a specification will
exceed 30 days.
(2) Quality verification requires special equipment not commonly
available.
(3) The specification covers life survival or emergency lifesaving
equipment.
(4) The application is critical; failure of the part or equipment would
jeopardize successful completion of the mission or pose a significant
risk to life or property.
c. In order to retain qualification approval of products, one of the following actions is
required:
(1) Certification by the manufacturer.
(2) Periodic feedback of test data.
(3) Complete re-qualification testing.
d. Personnel responsible for Quality functions will review QPL specification
requirements as required by DoD 4120.3-M and as required in the course of normal QA
support actions. The primary purpose of this review will be to see that the QPL is current
and lists only those manufacturers whose quality history indicates the capability to
produce a quality product.
(1) When reviewing a QPL requirement, QA personnel will consider
the possibility that a QPL may no longer be required as advances in
manufacturing techniques and quality control methods or
improvements in testing methods and equipment may have eliminated
the need for qualification. Review of the need for a QPL should be
consistent with DLAD 4125.2 and should include:
(a) Time required for testing.
(b) Cost of verification testing.
(c) Possibility of using first article tests in lieu of qualification tests when specified tests
are the same as verification and acceptance tests.
(d) Improvement in testing methods and techniques enabling the use of alternate tests for
verification which do not require special test equipment.
(2) When the person responsible for QA determines that a QPL is no
longer required, a recommendation will be prepared with supporting
justification for cancellation of the QPL requirement.
Recommendations will be forwarded to the SPA. Only the SPA or
designated agent can make changes to an existing QPL. The following
are examples of conditions that should generate a recommendation for
deletion of a manufacturer's product from a QPL.
(a) Quality history shows the product offered by the manufacturer does not meet
specification requirements.
(b) The manufacturer has discontinued manufacture of the product.
(c) The manufacturer has requested his product be removed from the QPL.
(d) The conditions under which qualification was granted have been violated.
(e) The product is that of a contractor, firm, or individual whose name appears on the
Consolidated List of Debarred, Suspended and Ineligible Contractors.
(3) When QA support actions reveal a manufacturer's product should be
considered for addition to a QPL, the QA person will provide a
recommendation for addition to the SPA with supporting justification.
Additions often occur when a manufacturer's product successfully
meets first article requirements that duplicate QPL requirements.
(4) Requests for waiver of a qualification requirement can only be
approved by the SPA and it should be understood that a waiver of
qualification nullifies the requirement for qualification, unless an
emergency condition exists. Therefore, all requests for waiver of a
qualification requirement will be documented and submitted to the SPA
for approval. When this situation arises, a review should be made to
determine the need for the QPL requirement and, if appropriate,
recommendations forwarded to the SPA to preclude future suspension
of purchase requests.
(5) QA personnel must remember that the fact a product has been
examined, tested, and placed on a QPL signifies the manufacturer did
make a product which met specification requirements at the time of
qualification. Inclusion on a QPL does not in any way relieve the
supplier of his contractual obligation to deliver items meeting all
specification requirements and does not guarantee acceptability under a
contract. Qualification does not constitute waiver of the requirement for
either in-process or other verification inspection or the requirement for
the manufacturer to maintain a QA system acceptable to the
Government. On the other hand, Qualification along with a good
quality history on the item is an indicator that the Contractor has an
adequate quality system and may affect decisions regarding quality
requirements and the need for Source inspection.
40. POST AWARD TESTING
a. Laboratory testing/inspection is a fundamental element of an effective quality and
reliability program to accomplish the following objectives:
(1) Verify product compliance with contract technical requirements.
(2) Validate certificates (i.e., CoC and CoQC) furnished by contractors.
(3) Verify the accuracy and validity of contractor-furnished test data.
(4) Monitor the quality of purchased or repaired items entering the
DLA supply system.
(5) Resolve contractual disputes and support legal actions.
(6) Monitor the quality of materiel in storage to assure that
unserviceable items are not continued in issuable stocks and that
serviceable items are not disposed of prematurely.
(7) Determine whether materiel provided is counterfeit or an
unauthorized product substitution.
(8) Support First Article tests.
(9) Arrange for testing materiel on DCMC administered contracts when
requested by DCMC QARs/ICP personnel responsible for quality.
(10) Monitor the quality of customer returns to assure that only
serviceable items are returned to stock for issue.
(11) Investigate and resolve CDCs.
(12) Detect manufacturing and design deficiencies. Provide data for
evaluation of materiel condition and determination of actions necessary
to make items serviceable before they are placed in issuable stock.
(13) Obtain a Metric of the Quality Level of items or classes of items.
b. Each ICP has a Product Verification Program (PVP) office that has been established to
support laboratory testing and inspection. The PVP office has the responsibility to
arrange for random and directed testing on DLA-owned materiel. It is mandatory for ICP
personnel responsible for quality to use the PVP to make testing arrangements of all
testing/inspections that occur after acceptance of an item. The PVP office also assists in
the arrangements for testing/inspection of items before acceptance. The PVP Office
maintains a listing of sources for necessary laboratory testing. They have Blanket
Purchase Agreements (BPAs) that can be used for acquiring test services from
commercial laboratories and Inter-service Support Agreements that are used for
laboratory testing requirements from the Military Services or other Government
laboratories.
c. ICP personnel responsible for quality will:
(1) Plan and determine ICP requirements for laboratory testing for their
items. (This does not include the determination of random or directed
testing that is performed by the PVP office)
(2) Place necessary testing requirements in contracts. See Chapter 13
for contract testing requirements.
(3) Develop Test Plans/Projects. Test Plans should be developed for
items that are determined to need laboratory testing. Test Plans will
include, as a minimum: Headers with the item nomenclature, project
number, NSN, sample quantity, and contract number; the Schedule to
include testing to be performed by the test laboratory (i.e., sample
verification, visual inspection, plating inspection, and dimensional,
physical and chemical tests) (for those items requiring destructive
testing, the test which destroys the item will be referenced last on the
Test Plan); Supplemental Information will indicate the format for
reporting of test results, a point of contact name/phone; and specific
notes/instructions for disposition of test samples.
(a) For those items where the PVP Office or Product Testing Centers (PTCs) will develop
the Test Plans, the ICPs will provide the necessary technical data to the test plan
developer.
(b) The ICPs will review/approve all Test Plans developed by the Depots.
(4) Provide guidance for laboratory testing to storage activities for
items designated in DLAR 4155.37, Materiel Quality Control Storage
Standards. Guidance will separately identify tests that should be
performed by the storage activity and tests that must be performed by a
testing laboratory. Laboratory testing guidance will include:
(a) Criteria for determining the need for tests, testing frequency, and the specific tests to
be performed.
(b) Sampling inspection instructions, e.g., method of sample selection, and AQLs.
(c) Designated test laboratory(ies) and the method of requesting tests and test reports,
when applicable.
(d) Instructions for distribution of requests for testing.
(e) Instructions for distribution of test results.
(f) Other guidance necessary to assure correct submission, processing, and use of
laboratory testing, and test results.
(5) Include meaningful laboratory test results in quality history files
and use these data in the evaluation of item and contractor
performance. Laboratory testing information should be included in the
Quality Evaluation Program (QEP) in the "Special QA Data" field.
Adjustments to the degree and frequency of laboratory testing will be
made as indicated by the quality history files. Adjustments will be
made to contract requirements (through recommendation of contract
modifications to the PCO), future solicitation requirements, and
guidance given to storage activities, as appropriate.
(6) Investigation of testing failures reported to the ICP person
responsible for quality by the PVP office (through either random or
directed testing) shall be done in accordance with Customer/depot
Complaints procedures described in Chapter 28 of this instruction.
41. QUALITY HISTORY
a. Use of Quality history data is a primary tool for QA personnel. It provides the basic
source of backup for QA actions. Therefore, it is essential that all quality history data be
maintained in a manner which provides for timely, complete, and accurate retrieval. The
systematic use of quality history data should provide QA personnel with the necessary
information to make equitable and competent decisions.
b. Personnel responsible to perform quality functions must establish an effective system
to collect, maintain, analyze, and use quality history in support of the DLA contracting
and logistics mission to help assure the material procured by DLA and received by
customers is the requisite quality intended. Personnel shall use the Quality Evaluation
Program (QEP), if it is available at their ICP, and guidance in paragraph 42 of this
manual, to collect, maintain, and access quality history information.
c. Three basic types of Quality history data: by contractor, by item, and by specification,
shall be maintained by personnel responsible for quality assurance.
(1) Contractor Quality History Data Files. The data will consist
primarily of records of negative/unsatisfactory contractor quality
performance. Significant data reflecting satisfactory performance, if
available, may also be maintained. There is no need to routinely keep
data on all lots (shipments of conforming products), however this
option may be used if there is significant reason to do so. The data will
be maintained in contractor sequence either alphabetically or by CAGE
Code. As a minimum, the record will reflect contractor and
contract/solicitation identity, a description of the quality problem, and a
cross-reference by NSN to item quality history data. The data
maintained in the contractor quality history data file or indicated as
available and cross-referenced in either the item or specification quality
history data files will include:
(a) First articles
(b) Preaward surveys.
(c) Postaward conferences, QSRs, and QSMVs.
(d) Product waivers and deviations (Nonconformances).
(e) Special QA actions (such as suspensions of CQA actions at contractor plants by CAS
organizations, the issuance of the Defense Quality Excellence Award to a contractor, the
listings of the ASL, Qualified Products List (QPL), serious Quality Problem Reports,
DLA Quality Alert List, or other contractor specific lists).
(f) QALIs.
(g) Customer/depot product quality and packaging discrepancies (PQDRs, SDRs, DD
Forms 1225 or DLA Quality Audit Reports of Nonconformances).
(2) Item Quality History Data File. These data will be in NSN sequence
and include records of negative/unsatisfactory quality history. Pertinent
records of positive/satisfactory item quality history data may also be
maintained. The data will include a copy of quality complaints, PID,
technical data, QAPs, and other data that reflect an unsatisfactory or
negative item quality history.
(3) Specification Quality History Data File. The data will be in
specification number sequence. A copy of the specification with a
cross-reference to the item(s) covered by the specification will be
included. The data will include or reference records contained in the
item or contractor quality history data files that will enable the QA
element to determine necessary improvements, revisions, or
modifications to specifications.
(4) Use of Quality History Data. Quality history data are used as
sources of intelligence in making contracting QA determination and in
the investigation and resolution of quality problems.
(a) Contracting QA Determinations. Item quality history data will be used in the
development of contractual documents and guidance to CAS organizations. These may be
made more comprehensive or less demanding in scope as a result of a review of the data
collected on previous contracting actions. A review of the item quality history data will
be useful in supporting recommendations for: [1] Initiating, strengthening, modifying, or
eliminating First Article inspection requirements. All recommendations will be
coordinated with the responsible ESA/SPA as required. [2] Adjusting the CQA place of
performance. [3] Conducting postaward conferences. [4] Conducting preaward surveys.
[5] Developing, modifying, or not using QALIs. [6] Use of verification testing. [7]
Performing special inspection actions.
(b) Contractor quality history data are used to aid the Contracting Officer in
determinations of responsibility and by the person responsible for Quality functions in
evaluating the application of various QA actions to specific contracts. On multiple source
items the person responsible for Quality functions will furnish contractor quality history
data to contracting or production personnel on an as-requested or as-required basis. The
person responsible for Quality functions will respond to requests for contractor quality
history data from contracting and production personnel, other ICP functional personnel,
and Government activities. Responses should include pertinent facts regarding contractor
quality performance with recommendations, as applicable, such as, but not limited to: [1]
Need for or waiver of first article inspection requirements. [2] Use or nonuse of CoC
clause. [3] Need for postaward conference and special attention areas to be discussed. [4]
Need for preaward survey. [5] Need for issuing a QALI and pertinent contents of it. [6]
Use of verification testing. [7] Removal or inclusion of contractors on QPLs. [8]
Performing Special inspection actions.
(c) Based on contractor and item quality history data, personnel responsible for Quality
functions will notify the contracting element and other interested Government activities
of unsatisfactory contractor quality conditions as they are generated. The purpose of this
notification shall be either to initiate recovery action against the contractor or to initiate
action to preclude recurrence of the unsatisfactory condition. Such notification will be
accomplished manually or through automated means as existing procedures and the
circumstances warrant. Specific recommendations for corrective action should
accompany this notification.
(d) Investigation and Resolution of Quality Problems. [1) Quality problems can be
identified to either a product deficiency, contractor deficiency, or a logistics system
deficiency. A given quality problem may be caused by one or a combination of these
reasons. Whatever the cause(s), personnel responsible for quality functions are the focal
point(s) for the investigation and resolution of product quality problems. Quality history
data provide personnel with documented evidence of the cause(s) of past quality
problems and the resolution of these problems. These data can be utilized to improve
product quality by assuring adequate contract requirements and to closely monitor those
contractors with known quality problems. Evaluation of a contractor's overall
performance may require consideration of the total number of purchases from a specific
contractor or of the specific problem item from the contractor. Records of total purchases
from a specific contractor or item stock number normally are maintained by Contracting
Officers for the latest 2-year period and may be obtained when needed. When such data
are obtained, copies will be added to the appropriate history data and considered with the
negative history in other actions. [2] Personnel responsible for Quality functions will
utilize quality history data to accomplish their responsibilities in determining the cause(s)
of quality problems and in providing substantiating evidence for
guidance/recommendations to initiate corrective action. Use of the quality history data
will include, but is not limited to, a source for: [a] Responding to requests for
item/contractor intelligence from PCO, CAO, or other appropriate Government activities.
[b] Evaluating QA procedures and techniques utilized for a given item and contractor for
adequacy and as supporting evidence for improvements when existing procedures and
techniques are determined to be inadequate. [c] Identifying contractors whose quality
performance is deteriorating to enable notification to be provided the PCO, CAO, or
other appropriate Government activity. Particular attention will be given to these cases
where a quality problem developed subsequent to a favorable preaward survey. [d]
Identifying those items whose repeated failure to meet operational requirements may
indicate needed changes in the specification. Notification and/or recommendations shall
be provided to the SPA. [e] Identifying problem areas in procedures throughout the
logistics system which have a detrimental effect on quality requiring corrective action to
be initiated. [f] Each element of quality history data represents only a part of the overall
quality picture of an item or contractor. Therefore, each element, by itself, must be
considered incomplete data. It is necessary to consolidate each of these actions into a
composite picture to obtain a realistic, verified representation of an item's, contractor's, or
specification's quality posture.
(5) Analysis of Contractor History. When performing a quality history
review, the following information should be considered:
(a) Contract history. The review should include: [1] A baseline of how many contracts
have been awarded to the contractor and how many items produced. The number of
contracts and items is needed to compare with the number of: deficiencies the contractor
had, waiver/deviation requests, Preawards, QSMVs, etc. For example, the significance of
a contractor having 10 deficiencies for 500 contracts is different than the significance of
the contractor having 10 deficiencies for 10 contracts. [2] An indication of the Quality
requirements to which the contractor is capable of working, e.g., ISO 9002, higher-level
requirements, versus standard inspection. [3] Determination of the type of items (item
nomenclature) that the contractor has produced in the past for DLA. (A contractor that
has produced one type of item in the past may not have the capability to produce a
different item).
(b) Preaward Survey Data. This should include a review of each previous preaward
survey and the resulting recommendations. [1] Occurrences of negative preaward
recommendations for QA capability and the reasons for the recommendations may
indicate unresolved problems with the contractor. [2] Specific details of the category for
which the preaward was conducted. (A satisfactory preaward indicating capability to
produce a specific item should not be interpreted as an indication of the capability to
produce a non-similar item.) [3] Determination of whether the contracting officer's action
taken was different from the surveyor's recommendation. (Situations of urgent need may
override negative recommendations.) [4] The date that previous Preawards were
performed; this could indicate whether another preaward should be performed. [5]
Unsatisfactory factors that led to unsatisfactory recommendations. These may indicate
areas of discussion for postaward conferences or other QSMVs, need for additional
contract quality/testing requirements, areas to be covered in a QALI, and problem areas
for the contractor that require special action.
(c) First Article Data. This should include a review of each previous requirement for First
Article testing and the resulting actions taken. [1] Waivers of the previous First Article
requirement. (Check whether the waiver was given based upon successful production of a
similar item.) [2] Any First Article failures, especially subsequent submissions and
failures. [3] Dates indicating the time required for resubmission of First Articles. [4]
Specific nonconformances which caused the First Article to fail may indicate areas of
discussion for QSMVs, need for additional contract quality/testing requirements in future
contracts, areas to be covered in a QALI, and problem areas for the contractor that
require special action.
(d) Postaward/QSMV Data. The review should include: [1] Any problems that cause the
visit or any results/findings that were discovered during the visit that would indicate the
quality status of the contractor or the item. [2] Corrective actions requested during the
trip and the "get well" date for the corrections. [3] The date that the trips were taken.
Recent trips provide a better indication of the current status of the contractor/item.
(e) Quality Assurance Letters of Instructions Data. Each previous QALI should be
reviewed. [1] Review the major surveillance actions that were required by the QALI, i.e.,
mandatory inspections, special testing, and verification of CoQC. [2] Instructions on the
withholding of CoC and the reasons. [3] The dates of the QALIs. [4] Changes that were
made from one contract to another.
(f) Waiver/Deviation Data. [1] The number of Waiver/Deviations that were requested.
Since requests are discouraged, a large number of requests may indicate intentions of the
Contractor to perpetually deviate from the requirements or problems with the technical
description/design of the item. [2] The specific nonconformances and any repetitive
waivers/ deviations. [3] Previous dispositions of the Waivers/Deviations and the
ESA/SPA rejections/approvals of the requests.
(f) Special QA Data. [1] Existence of any corrective actions by the QAR, the dates of the
corrective action and the dates when the corrections were made. [2] Laboratory
test/special inspection/product audit results. [3] Special information that comes from any
other sources, i.e., QARs, contracting officers, other purchasing offices, that may indicate
the quality status of the contractor or item.
(6) Quality history data will be purged periodically to prevent
proliferation. File retention periods of up to 5 years are authorized.
42. QUALITY EVALUATION PROGRAM (QEP)
a. The QEP system is designed to gather data, available through the normal working
actions of ICP personnel, enter it into a contractor and item performance history data
base, and make the data available to contracting, technical and quality assurance
personnel via an easily understood automated format. The QEP system automates the
collection, maintenance, and retrieval of quality history information that is required in
paragraph 41, Quality History, of this instruction. QEP information on quality,
packaging, and shipping discrepancies is printed with the Purchase Request Trailer
listings for contracting use in determining contractor responsibility, and for quality
assurance use as specified in paragraph 41, Quality History, of this manual. The
mechanized and small purchase systems for automated procurement use the QEP data on
discrepancies to interrupt the automated generation of solicitations for manual review of
the quality history. QEP collected data is retrievable through general computer
interrogations to obtain complete information by either item or contractor. Specific
computer interrogations for distinct types of QEP data (i.e., First Article, preaward,
nonconformance) by item or contractor are also available. Use of this data is specified in
paragraph 41.
b. Personnel responsible for Quality functions perform actual on-line entry into the QEP
system to access and maintain the QEP database. They will:
(1) Collect data during or, as soon as possible, after completion of the
applicable action that provides quality history data. Data is to be
entered as soon as possible after collection. Data topics to be collected
are:
(a) Preaward Survey: Personnel responsible for Quality functions shall collect and enter
the QA capability data field information whenever information is available, e.g., review
of Preaward Survey Report, completion of preaward, QSMV, waiver of preaward survey,
report from QAR. The Contracting and Production elements may be entering preaward
survey data. A new, separate preaward survey record will be entered for each preaward
survey that is performed. The QEP verb "SQEA" should be used for new records and the
verb "SQEP" should be used to update existing records. Specific procedures are as
follows: [1] When a solicitation number is involved, enter the National Stock Number
(NSN), the Commercial and Government Entity (CAGE) code, and the Solicitation
Number (SN) in the Procurement Instrument Identification Number (PIIN) field. Enter
the 13 character SN and 0001 to register this information as the first PAS. If a second
subsequent PAS is performed, enter the same NSN, CAGE, SN and 0002 to register it as
the second PAS, and so forth. [2] When a purchase request number is involved, enter the
NSN, the CAGE code and the Purchase Request Identification Number (PRIN) in the
PIIN field. Enter the 14 character PRIN and 001 to register this information as the first
PAS. If a second subsequent PAS is performed, enter the same NSN, CAGE, PRIN, and
002 to register it as the second PAS, and so forth. [3] If a PAS factor was not investigated
during the first PAS, but done at a later date, enter this information through the verb
SQEP as part of the first PAS record. Enter the date and the organization that performed
this PAS factor on the proper factor line, e.g., Financial Capability, Production
Capability, and Quality Assurance Capability. [4] When the award is made, and the
contract number is input, the system will allow only one input of the PIIN with the same
NSN and CAGE code. When the PIIN is input on the first preaward survey record, the
additional preaward numbers should be input in the comments section of block 11G,
Other, so inquiries to those preaward surveys can be made.
(b) Postaward Conferences/Quality System Review/Quality System Management
Reviews: Personnel responsible for Quality functions shall collect and enter all data as
specified on the applicable input form/screen upon completion of travel and upon receipt
of follow-on information relating to the QSMV. Enter significant results/findings for each
postaward or QSMV emphasizing those requiring corrective action; enter "get well date"
when known.
(c) First Article Results: Personnel responsible for Quality functions shall collect and
enter all data as specified on the applicable input form/screen. The data will normally be
collected upon review of the First Article Test Report. However, there may be other
opportunities for collecting the data, e.g., completion of a First Article, QSMV,
notification from the QAR. Contracting personnel may be providing subsequent entry if
their decision differs in any way from the QA element's status entry. Contracting
personnel will also be updating the comments data field to reflect their rationale. For each
First Article Test that is conditionally approved or disapproved, enter nonconformances,
referencing specific specification/ drawing requirements that the item failed in the First
Article test. For each First Article test that is waived, enter the contract number under
which the item was previously produced; indicate whether it is the same or similar item;
indicate item nomenclature and NSN of similar items.
(d) Nonconformances: Personnel responsible for Quality functions shall collect and enter
all data except the PCO Action data. Data will be collected upon review of waiver
request, notification of waiver request by the QAR, and any other times that waiver
information is available. Contracting personnel may be entering the PCO Action data and
will be annotating their rationale in the comments data field if their action differs from
the QA element's recommendation. For each waiver/deviation: enter the DoD Activity
Address Code (DoDAAC) of the activity coordinating on the waiver/ deviation; enter a
brief description of the waiver/deviation, referencing the specific specification/drawing
requirement involved; and enter the contractor's preventive corrective action.
(e) Special QA Data: Personnel responsible for Quality functions shall collect and enter
all data as specified on the applicable input form/screen. For each special QA data record,
enter narrative data that explains the special action. Examples of special QA data are: [1]
Corrective actions by the QAR. For each corrective action information item the date the
corrective action method was opened and the date the corrective action method was
closed. [2] Laboratory testing. [3] Defective Government Furnished Material (GFM) not
reported on PQDRs. [4] Product Quality Audit information, i.e., requests for Special
Audits, details of audits performed. NOTE: Even though PQDRs that result from
Substandards are entered into the CDCS, details of the Substandards may be placed in
this section. [5] Report of any information on the item or contractor by the QAR, Military
Services, other functional elements, CM/UPS Committee, and HQ DLA/DLSC.
(f) QA Letters of Instruction: Personnel responsible for Quality functions shall collect
and enter all data as specified on the applicable input form/screen upon preparation of the
QALI, review of challenges, and whenever other reviews/investigations indicate that a
QALI is needed for future contracts. For each QALI, enter narrative data that explains the
major issue(s) covered in the QALI.
(g) Quality Data: Personnel responsible for Quality functions shall collect and enter all
data as specified on the applicable input form/screen. These data shall be collected upon
review of the contract and will indicate what actually was required by the contract
regardless of what was requested or what appears in the CTDF. As a minimum, quality
data shall be collected on all ICP contracts designating performance of Government CQA
actions at source. Quality data on contracts designating CQA at destination shall be
collected when adverse quality history has been experienced or if quality problems are
anticipated.
(2) QEP input forms may be used to collect the data to be entered into
the QEP system at a later time.
43. CONTRACTING TECHNICAL DATA FILE (CTDF). The CTDF is the automated
system by which item and contracting information is stored and used on DLA items. The
system contains areas that are the responsibility of personnel responsible for quality
functions to enter and maintain for each item. To the extent possible, information in the
CTDF should be predetermined and entered into the system in advance of contracting.
a. Quality Assurance personnel will input the following QA Data in option N (Quality
Guidance Data):
(1) PIC - Place of Inspection (see paragraph 7 of this instruction).
(2) QCC - Quality Control Code (see paragraph 6 of this instruction).
(3) QAC - Quality Assurance Review Code.
(4) IAM/QAP - Interim Amendment/Quality Assurance Provisions
Code.
(5) IAM/QAP Date
(6) CIC - Critical Item Code
NOTE: It is the responsibility of the Military Service ESA to determine criticality. ICP
technical personnel enter this information as it is obtained from the Military Service ESA.
Personnel responsible for Quality functions should review this code and recommend
changes to the ICP technical element. Changes will not be made to this code unless the
change has been coordinated with the ESA.
(7) CoQC - Certificate of Quality Compliance (See paragraph 9 of this
instruction).
(8) LINE NR - Descriptive data pertinent to Quality Assurance aspects
of the item.
b. Personnel responsible for Quality functions will inform other responsible ICP
personnel when they observe errors in other codes, or have questions regarding
information in the CTDF.
F. RESPONSIBILITIES
1. Quality Assurance (QA) personnel are responsible for:
a. Supporting the contracting and materiel management functions through assuring the
items and services procured and delivered to DLA customers are of the requisite quality
intended and conform to customer specified requirements. b. Endeavoring to learn other
contracting and materiel management functions and use quality assurance tools at their
disposal to assist other areas to improve their processes.
2. Career Development and Commodity Training.
a. Supervisors of Quality Assurance personnel are responsible for assuring that an IDP is
established for each QA employee that provides training as needed. b. QA personnel are
responsible for completing assigned training and developmental assignments as required.
3. Quality Day representatives are responsible for:
a. Participating in Quality Day and assigned working groups to resolve specific problems.
b. Hosting meetings when requested and carrying out administrative duties as required.
4. Quality Assurance Provisions (QAPs). QA personnel are responsible for:
a. Developing QAPs for new items entering the inventory and for items transferred from
the Military Services/GSA to DLA for management. b. Revising existing QAPs on
current DLA managed items whenever they are found to be inadequate. c. Providing
QAP information to appropriate contracting elements through documents of automated
systems.
5. Packaging Quality Assurance Requirements. QA personnel are responsible for:
a. Developing definitive Quality Assurance requirements for packaging. b. Assuring that
definitive quality assurance requirements for packaging are included in ICP contracts.
6. Contract Quality Requirements. QA personnel are responsible for:
a. Selecting or developing appropriate quality assurance requirements and making
recommendations for inclusion of specific contract quality clauses in ICP contracts. b.
Reviewing requests for waiver of contract requirements
7. Place of Performance of Government CQA. QA personnel are responsible for:
a. Determining the place (e.g., source or destination) where the Government will perform
CQA actions on ICP contracts. b. Determining the place (e.g., source or destination)
where the Government will perform acceptance actions on ICP contracts.
8. Certificate of Conformance. QA personnel are responsible for assisting the Contracting
Officer in determining whether the CoC Clause should be used in ICP contracts involving
specific contractors and/or items.
9. Certificate of Quality Conformance (CoQC). QA personnel are responsible for
assisting the Contracting Officer in determining whether the CoQC Clause should be
used in ICP contracts involving specific contractors and/or items.
10. Manufacturing Process Controls. QA personnel are responsible for assisting the
Contracting Officer in determining whether the Manufacturing Process Control Clause
should be used in ICP contracts involving specific contractors and/or items.
11. Bid Samples. QA personnel are responsible for:
a. Determining the requirement for bid samples and including appropriate descriptive
requirements for bid samples in ICP contracts. b. Determining whether bid samples may
be waived for specific contractors or procurements.
12. First Article Requirements. QA personnel are responsible for:
a. Furnishing recommendations and justification to the Contracting Officer for including
a First Article requirement in ICP contracts. b. Developing appropriate First Article
requirements and provisions. c. Evaluating requests for waiver of First Article
requirements. d. Evaluating results of First Article tests and inspections.
13. Testing Requirements. QA personnel are responsible for determining testing
requirements and making recommendations for inclusion of specific tests in ICP
contracts.
14. Metrology and Calibration. QA personnel are responsible for determining calibration
requirements and making recommendations for inclusion of SPC QAPs in ICP contracts.
15. QA personnel are responsible for determining warranty requirements and making
recommendations for inclusion of warranties in ICP contracts.
16. Statistical Process Control (SPC). QA personnel are responsible for determining SPC
requirements and making recommendations for their inclusion in ICP contracts.
17. QA personnel are responsible for ensuring that ICP contracts contain the necessary
sampling procedures to ensure an acceptable product.
18. Preaward Acquisition Support. QA personnel are responsible for supporting the
preaward contracting mission by providing support to the Contracting Officer and other
Government activities, e.g., DCMC during the preaward process.
19. Military Interdepartmental Purchase Requests (MIPRs) QA personnel are responsible
for performing quality assurance functions in the processing of MIPRs.
20. Preaward Surveys. QA personnel are responsible for performing Preaward Survey
actions.
21. Acquisition Plans and Associated Solicitations. QA personnel are responsible for
providing Quality Assurance support to provisioning planning, acquisition planning and
item transfers.
22. Prime Vendor and Performance-based Service Contracting (PBSC). QA personnel are
responsible for developing or reviewing quality assurance aspects of Performance Work
Statements (PWS) and Quality Assurance Surveillance Plans for ICP service contracts.
23. Postaward Acquisition Support. QA personnel are responsible for supporting the
postaward contracting mission by providing support on quality and reliability issues to
the Contracting Officer and other Government activities, e.g., DCMC, during the
postaward process.
24. Contract Review. QA personnel are responsible for performing contract review.
25. Postaward Orientation Conference. QA personnel are responsible for conducting or
attending Postaward conferences as needed.
26. Quality Assurance Letters of Instruction (QALIs). QA personnel are responsible for
issuing QALIs that provide quality history and designate specific inspections,
verification, or tests, to be conducted by the CAO, or the receiving point.
27. Deviations and Waivers. QA personnel are responsible for evaluating contractor
requests for product deviations and product waivers, and recommending approval or
disapproval of the request.
28. Product Quality deficiency Reports (PQDRs) and other Customer Depot Complaints.
For discrepancy/deficiency reports, ICPs shall assign appropriate personnel to perform
the following responsibilities:
a. An Originating Point to write PQDRs on any nonconforming items found by ICP, or
other personnel that report the nonconforming item to the ICP outside of the PQDR
process, whenever knowledge of the nonconformance is known (e.g., during trips to
contractor plants, special inspections, lab tests, and receipt of product quality audit
reports). b. A Focal Point to receive reports of all complaints (i.e., SDRs/PQDRs/TDRs),
provide computer system entry of the complaints, and distribute the complaints to the
appropriate action office for investigation, resolution, and response. c. An Action Point
responsible for:
(1) Determining the need for, and scope of, investigations, and
investigating, resolving, and responding to customer complaints in a
timely and adequate manner.
(2) Determining scope of, and taking necessary corrective action on,
the reported defective item(s).
(3) Determining scope of, and taking necessary corrective action on,
the cause of the defect to preclude recurrence of the deficiency.
(4) Issuing immediate notification to using components if the
deficiency warrants notification.
(5) Providing disposition instructions (furnished by ICP supply or
contracting personnel) and credit allowance in final responses to the
customer.
(6) Coordinating with ESAs, SPAs, users, inspection activities, and ICP
elements, as applicable.
(7) Analyzing and evaluating deficiency reports to detect trends of poor
quality materiel, identify contractors that provide deficient materiel,
and share applicable quality history data with other elements and
components.
29. Customer/Depot Complaint E-Mail
a. The ICP Focal Point is responsible for receiving and controlling E-Mail complaints
transmitted to them and forwarding them to appropriate Action Points. b. The ICP
Control Point is responsible for periodically analyzing the processes and results of E-Mail
complaint transmission, to assure the E-Mail system is operating satisfactorily, and taking
appropriate action as necessary. c. The ICP Action Points will receive and transmit E-
Mail complaints as needed during their investigation and resolution of complaints.
30. Customer Depot Complaint System (CDCS). ICP Focal Points, Control Points and
Action Points will use the CDCS (if available at their ICP) to control and maintain
customer complaint records.
31. Quality Systems Management Visits (QSMVs). QA personnel are responsible for
performing QSMVs and QSRs to contractor facilities, inspection activities, depots,
supply points, prepositioned war reserve sites, laboratories, and customer installations.
32. Allegation of Adverse Quality and Reliability Involving DLA Contracts. QA
personnel are responsible for providing maximum support to the ICP Contracting
Officers, item managers, and other personnel/agencies regarding investigations (e.g.,
congressional inquiry, Hotline reports, DoD Inspector General/GAO investigations, and
letters sent directly to HQ DLA or the ICP) involving ICP products and services.
33. Counterfeit Materiel/Unauthorized Product Substitution (CM/UPS). QA personnel are
responsible for supporting Contracting officers and General Counsel personnel in the
investigation and resolution of CM/UPS disclosures.
34. Contract Data Package Recommendation/Deficiency Reports (DD Forms 1716). QA
personnel are responsible for supporting the Contracting Officer in the evaluation of any
reported deficiencies in design or technical requirements.
35. Supply, Storage, and Maintenance Support. QA personnel are responsible for
supporting the DLA supply mission by providing support on quality and reliability issues
to supply personnel (e.g., the item manager, stock control personnel), Defense Depots,
and other Government activities.
36. Special Inspection Actions. QA personnel are responsible for providing inspection
criteria, information, and assistance to inspection and acceptance personnel (i.e., Depots)
and evaluating results of Special Inspections.
37. Quality Audit. QA personnel are responsible for submitting requests for performance
of special product quality audits.
38. Technical Support. QA personnel are responsible for providing Quality Assurance
support to the ICP's supply, contracting, and Engineering missions.
39. Qualified Products List (QPL). The ICP shall designate personnel responsible for
supporting the QPL program.
40. Post Award Testing. QA personnel are responsible for placing necessary testing
requirements in contracts, developing test plans and projects, as required, requesting tests
to be arranged by the ICP's Product Verification Manager, and evaluating test results.
41. Quality History. QA personnel are responsible for collecting, maintaining, and
providing contractor and item quality performance history to the Contracting Officer and
other Government personnel, as required.
G. EFFECTIVE DATE.
This publication is effective immediately.
H. INFORMATION REQUIREMENTS
1. ICPs shall collect and analyze test and inspection results and materiel user feedback
(PQDRs) to measure the quality level of items, groups of items, and the overall quality
level of materiel for the ICP. This includes:
a. Random test/inspection results. Number of NSN random test failures divided by the
total number of random NSN tests. b. Directed test/inspection results. Number of NSN
failures in directed tests divided by the total number of NSN directed tests. c. PQDRs
received. Number and dollar value of PQDRs received. (These measurements are
included in the EIS, and are required to be reported in the RCS DLA(M)26(C-FO-
CA)MIN, Management Data Report, data elements 279B1 and 279M1).
2. ICPs shall collect and analyze data on contractors' performance to measure the
effectiveness of contractor selection and the quality level of the contractor base.
Suggested measures are:
a. Level of contractor rating. Summary ratings can be obtained from the Automated Best
Value Method (ABVM) data base and analyzed. b. Pareto analysis of contractors with
deficiencies. c. First article test results by contractor. Number of requests, approvals,
disapprovals and conditional approvals. d. Product Waivers/Deviations. Details of
Waivers and Deviations; number of repeat requests for, and repeat approvals of, Waivers
and Deviations for nonconforming supplies. A copy of the ICP's waiver/deviation
database shall be submitted to reach HQ DLA, ATTN: DCMC-OF, by the 15th calendar
day following the end of each quarter. This reporting requirement has been assigned
Report Control Symbol, RCS DLA(Q)2428(E-AQ).
3. ICPs may collect and analyze data generated by Government Quality Assurance
actions to measure the efficiency and effectiveness of quality actions, as determined
necessary by the ICP managers assigned responsibility for the item/groups of items.
Suggested measures are:
a. Preaward Actions. Quantity and time to perform quality assurance preaward actions
such as logistic transfer reviews, purchase request (PR), Missing Data Work List
(MDWL) reviews, and contractor history reviews. b. Quality Systems Management Visits
(QSMVs). Number and type (pre/post-award, first article, technical, quality problem) of
visits. c. Quality Assurance Letters of Instruction. Number of QALIs issued, number of
challenges received, and number of amended QALIs issued. d. Product
Waivers/Deviations. Number of recommendations for approval and disapproval. e.
PQDRs on hand. Number of PQDRs received but not yet resolved. (This measurement is
included in the Executive Information System (EIS) and is required to be reported in the
RCS DLA(M)26(C-FO-CA)MIN, Management Data Report, data element 279D1). Age
of PQDRs on hand also measures the efficiency of quality actions. f. Time to complete
PQDRs. Total days required to complete PQDRs divided by total number of completed
PQDRs. (This measurement is included in the Executive Information System (EIS), and
is required to be reported in the RCS DLA(M)26(C-FO-CA)MIN, Management Data
Report, data element 279G1).
4. Forms used by ICP personnel performing Quality Assurance functions.
a. Standard Form (SF)368, Product Quality Deficiency Report b. DD Form 448, Military
Interdepartmental Purchase Request c. DD Form 1716, Contract Data Package
Recommendation/Deficiency Report. d. DD Form 1225, Storage Quality Control Report.
e. DD Form 2332, Product Quality Deficiency Report Exhibit Tag f. DLA Form 1227,
Product Quality Deficiency Investigation Report. g. DLA Form 339, Request for
Engineering Support. h. DD Form 1426, Standardization Document Improvement
Proposal
BY ORDER OF THE DIRECTOR
NORMAN B. HODGES III
Colonel, USA
Headquarters Complex Commandant
COORDINATION: CAHS, DLSC-POA, DCMC-OG DSCP, DESC, DISC, DSCR,
DSCC