Cleaning Tenders

Cleaning Tenders

Ilaya Elementary School Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Department Of Education Region Iv – A Calabarzon Division Of Rizal Tanay Sub-office Ilaya Elementary School Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 Request For Quotation Date: October 15, 2024 Rfq No.: 109506-2024-10-009 Company/business Name: ___________________________________________________ Address: _____________________________________________________________________ Business/mayor’s Permit No.: _______________________________________________ Tin: __________________________________________________________________________ Philgeps Registration Number (required): ____________________________________ The Department Of Education – Division Of Rizal – Ilaya Elementary School Through Its Bids And Awards Committee (bac), Intends To Procure The “delivery And Supplies Of Common Use Supplies And Equipments For School-based Feeding Program S.y. 2024-2025” Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 01:30 Pm Of October 21, 2024, And Opening Of Bid Documents Will Be Done Immediately At 2:30 Pm Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Gerald Don B. Galupo Chairperson, Bids And Awards Committee – Goods And Services J.m. Catolos St., Brgy. Tandang Kutyo, Tanay, Rizal Email: 109506@deped.gov.ph / Ilayaes.109506@deped.gov.ph Note: Please Submit Quotation (hard Copy In Long Bond Paper With No Erasures And Required Documents In A Sealed And Signed Envelope To Above Mentioned School Address. Lot Project Title Approved Budget For The Contract (abc) 1 Delivery And Supplies Of Common Use Supplies And Equipments For School-based Feeding Program S.y. 2024-2025 Php 47,520.00 Page 2 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 The Interested Service Provider Shall Also Submit The Following Documents As Stipulated In The Gppb Resolution No. 21-2017 Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: Alternative Mode Required Documents Remarks Statement Of Compliance (“comply Or Not Comply”) Section 53.9 (negotiated Procurement – Small Value Procurement) Latest Mayor’s/business Permit A Copy Of Your 2024 Mayor’s Or Business Permit Shall Be Submitted. Certificate Of Philgeps Registration/philgeps Registration Number A Copy Shall Be Submitted As Proof Of Philgeps Registration. Dti Certificate Of Business Registration An Updated Copy Shall Be Submitted As Proof Of Registration. Bir Tax Clearance Certificate A Certified True Copy Shall Be Submitted. Notarized Omnibus Sworn Statement A Signed Notarized Omnibus Sworn Statement (in The Prescribed Template From Gppb) Shall Be Submitted. The Deped Rizal – Ilaya Elementary School – Bac Reserves The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal – Ilaya Elementary School – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Any Clarification And Further Information, Please Refer To: Enrico M. Erni Bac, Goods And Services, Head Secretariat Ilaya Elementary School J.m. Catolos St. Barangay Tandang Kutyo, Tanay, Rizal Contact No. 09155830093 Email Address: 109506@deped.gov.ph / Ilayaes.109506@deped.gov.ph Gerald Don B. Galupo Chairperson, Bids And Awards Committee Goods And Services Page 3 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 Intructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation: 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. 4. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Schools Division Office Of Rizal Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. Page 4 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Schools Division Office Of Rizal. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Schools Division Office Of Rizal May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. Page 5 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Delivery And Supplies Of Common Use Supplies And Equipments For School-based Feeding Program S.y. 2024-2025 Minimum Technical Specifications Price Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1. Spoon  Stainless Steel  Durable And Rust Resistant Quantity: 100 Pieces 2. Fork  Stainless Steel  Durable And Rust Resistant Quantity: 100 Pieces 3. Kitchen/food Serving Tray  Stainless Steel  Durable And Rust Resistant  Up To 16 Inches In Length Quantity: 16 Pcs 4. Drinking Cup  Reusable, Plastic Nontoxic Quantity: 100 Pieces 5. Casserole  5pc/set, Different Sizes  Stainless Steel Quantity: 8 Set 6. Sponge With Scouring Pad  Durable Fibers Can Withstand Strong Abrasion Quantity: 5 Pieces 7. Dishwashing Liquid  Lemon Scent Quantity: 3 Gallons 8. Liquid Bleach  Effective Disinfectant And Sanitizing Kitchen Area Quantity: 8 Liters 9. Powder Detergent  Highly Efficient  Environment-friendly Quantity: 10 Kilograms 10. Food Weighing Scale  Digital, Large Size Display  Accurate Scale  Battery Powered  Weighs Up To 5kilograms  Food-grade Tray Quantity: 1 Unit 11. Food Thermometer  Digital, High Quality  Stainless Steel Probe Page 6 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42  Celsius And Degree Fahrenheit Display Selectable Quantity: 1 Unit 12. Spoon And Fork Sterilizer/heater  Made Of Stainless Steel  Electric Type, 220 Volts  At Least 2 Holes  High Quality Quantity: 1 Unit 13. Dish Cabinet  High Quality Stainless Steel  Multi-level Rack  Heavy Duty Quantity: 2 Unit 14. Push Brush With Long Handle  High Quality Quantity: 5 Pieces 15. Plastic Bowl  Reusable Round Bowl  Easy To Clean  Heat Resistant And Cold Insulated  Food-grade Quality Quantity: 100 Pieces 16. Kitchen Apron  Water And Stain Resistant  For Adult Quantity: 8 Pieces 17. Disposable Hand Gloves  Food-grade  100pcs/pack  Large Size Quantity: 8 Packs 18. Interfold Tissue  3 Ply  150 Pulls Quantity: 16 Packs 19. Hairnet  Reusable/washable  For Kitchen Use Quantity: 10 Pieces 20. Bond Paper  A4, 80gsm Quantity: 8 Reams A. Delivery Requirement Delivery Must Be Completed 5 Days After The Receipt Of Purchase Order Page 7 Of 7 Address: J. M. Catolos St. Brgy. Tandang Kutyo, Tanay, Rizal 1980 Fb Page: Deped Tayo Blue Rizal Ilaya Elementary School Email Address: 109506.ilayaes@deped.gov.ph School Id: 109506 Telephone No.: (02) 700-592-42 Financial Offer Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. “delivery And Supplies Of Common Use Supplies And Equipments For School-based Feeding Program S.y. 2024-2025” Approved Budget For The Contract Offered Quotation Php 47,520.00 Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ____________________________________ Office Telephone/fax/mobile Nos. ____________________________________ Email Address/es Terms Of Payment: Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer Facility, Within Thirty (30) Days After Submission Of Billing And User Acceptance Of The Product. Bank Transfer Fee Shall Be Charged Against The Creditor’s Account. Payment Shall Made Based On The Actual Number Of Participants. Payment Details: Banking Institution: _____________________________________________________________ Account Number: ________________________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank: __________________________________________________________________________________ Bank Branch: ____________________________________________________________________
Closing Soon21 Oct 2024
Tender AmountPHP 47.5 K (USD 828)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
48--REDUCER ASSEMBLY
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd |n00104|tbd|certifications - N39040; Material -s4306a |n50286|tbd|133.2|na|na|certifications N39040|na|na|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery ||||| warranty Of Data--basic (mar 2014)|2||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|334514|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued To Extend The Closing Date To 20nov2024. poc Updated To Benjamin.t.spangler.civ@us.navy.mil \ 1. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 2. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 3. If Drawings Are Included In The Solicitation, Access Must Be Requested On The Individual Solicitation Page On Contract Opportunities Via The Government's Sam.gov Website. Include Your Cage Code In Your Request. 4. Unless Otherwise Stated On The Dd1423, Submission Of Dd1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To The Material Delivery Date. Pnsy Review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of Cdrls. Final Delivery Of Material will Be On Or Before 365 Days After The Effective Date Of The Contract. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. drawing Data=2620-063x01 |96169| Z| |d|0001 | Z|49998|1188959 drawing Data=2620-063x01 |96169| Z| |d|0002 | K|49998|0055092 drawing Data=2620-063x01 |96169| Z| |d|0002.1 | U|49998|0051784 drawing Data=2620-063x01 |96169| Z| |d|0002.2 | Z|49998|0041964 drawing Data=2620-063x01 |96169| Z| |d|0003 | Z|49998|0050739 drawing Data=2620-063x01 |96169| Z| |d|0003.1 | Y|49998|0061088 drawing Data=2620-063x01 |96169| Z| |d|0004 | E|49998|0025743 drawing Data=2620-063x01 |96169| Z| |d|0005 | V|49998|0034080 drawing Data=2620-063x01 |96169| Z| |d|0006 | E|49998|0024816 drawing Data=2620-063x01 |96169| Z| |d|0007 | T|49998|0023186 drawing Data=2620-063x01 |96169| Z| |d|0008 | Z|49998|0031671 drawing Data=2620-063x01 |96169| Z| |d|0009 | E|49998|0013277 drawing Data=2620-063x01 |96169| Z| |d|0010 | G|49998|0052230 drawing Data=2620-063x01 |96169| Z| |d|0011 | V|49998|0026855 drawing Data=2620-063x01 |96169| Z| |d|0012 | L|49998|0019598 drawing Data=2620-063x01 |96169| Z| |d|0014 | N|49998|0023569 drawing Data=2620-063x01 |96169| Z| |d|0015 | N|49998|0026756 drawing Data=2620-063x01 |96169| Z| |d|0016 | Y|49998|0040392 drawing Data=2620-063x01 |96169| Z| |d|0017 | W|49998|0026167 drawing Data=2620-063x01 |96169| Z| |d|0019 | S|49998|0043231 drawing Data=2620-063x01 |96169| Z| |d|0020 | R|49998|0027157 drawing Data=2621-625-03 |96169|al| |d|0001 |al|00026|0000000 drawing Data=2621-826-01 |96169| L| |d|0001 | L|49998|0056754 drawing Data=2621-826-01 |96169| L| |d|0001.1 | K|49998|0087603 drawing Data=2621-826-01 |96169| L| |d|0001.2 | F|49998|0048315 drawing Data=2621-826-01 |96169| L| |d|0001.3 | K|49998|0040831 drawing Data=2621-826-01 |96169| L| |d|0002 | J|49998|0115015 drawing Data=2621-826-01 |96169| L| |d|0002.1 | L|49998|0078365 drawing Data=2621-826-01 |96169| L| |d|0003 | L|49998|0095443 drawing Data=2621-826-01 |96169| L| |d|0003.1 | L|49998|0061346 drawing Data=2621-826-01 |96169| L| |d|0004 | J|49998|0049359 drawing Data=2621-826-01 |96169| L| |d|0004.1 | J|49998|0055857 drawing Data=2621-826-01 |96169| L| |d|0004.2 | G|49998|0056977 drawing Data=2621-826-01 |96169| L| |d|0005 | G|49998|0045921 drawing Data=2621-826-01 |96169| L| |d|0005.1 | J|49998|0051959 drawing Data=2621-826-01 |96169| L| |d|0005.2 | J|49998|0026953 drawing Data=2621-826-01 |96169| L| |d|0006 | J|49998|0039854 drawing Data=2621-826-01 |96169| L| |d|0006.1 | J|49998|0049544 drawing Data=2621-826-01 |96169| L| |d|0007 | J|49998|0055631 drawing Data=2621-826-01 |96169| L| |d|0007.1 | J|49998|0043854 drawing Data=2621-826-01 |96169| L| |d|0008 | L|49998|0057162 drawing Data=2621-826-01 |96169| L| |d|0009 | J|49998|0038265 drawing Data=2621-826-01 |96169| L| |d|0009.1 | J|49998|0046414 drawing Data=2621-826-01 |96169| L| |d|0010 | J|49998|0055882 drawing Data=2621-826-01 |96169| L| |d|0011 | J|49998|0038680 drawing Data=2621-826-01 |96169| L| |d|0011.1 | J|49998|0048318 drawing Data=2621-826-01 |96169| L| |d|0012 | J|49998|0054340 drawing Data=2621-826-01 |96169| L| |d|0013 | -|49998|0042497 drawing Data=2621-826-01 |96169| L| |d|0014 | J|49998|0041679 drawing Data=2621-826-01 |96169| L| |d|0014.1 | J|49998|0045464 drawing Data=2621-826-01 |96169| L| |d|0015 | J|49998|0065125 drawing Data=2621-826-01 |96169| L| |d|0016 | J|49998|0050107 drawing Data=2621-826-01 |96169| L| |d|0017 | J|49998|0056740 drawing Data=2621-826-01 |96169| L| |d|0020 | J|49998|0039272 drawing Data=2621-826-01 |96169| L| |d|0020.1 | J|49998|0052709 drawing Data=2621-826-01 |96169| L| |d|0021 | J|49998|0051755 drawing Data=2621-826-01 |96169| L| |d|0022 | J|49998|0050796 drawing Data=2621-826-01 |96169| L| |d|0023 | J|49998|0055526 drawing Data=2621-826-01 |96169| L| |d|0024 | J|49998|0051328 drawing Data=2621-826-01 |96169| L| |d|0025 | J|49998|0051540 drawing Data=2621-826-01 |96169| L| |d|0026 | J|49998|0051775 drawing Data=2621-826-01 |96169| L| |d|0027 | J|49998|0051245 drawing Data=2621-826-01 |96169| L| |d|0028 | J|49998|0051640 drawing Data=2621-826-01 |96169| L| |d|0029 | J|49998|0051471 drawing Data=2621-826-01 |96169| L| |d|0030 | J|49998|0052425 drawing Data=2621-826-01 |96169| L| |d|0031 | J|49998|0053087 drawing Data=2621-826-01 |96169| L| |d|0032 | J|49998|0052840 drawing Data=2621-826-01 |96169| L| |d|0033 | J|49998|0053676 drawing Data=2621-826-01 |96169| L| |d|0034 | J|49998|0041353 drawing Data=2621-826-01 |96169| L| |d|0034.1 | J|49998|0054701 drawing Data=2621-826-01 |96169| L| |d|0035 | J|49998|0045398 drawing Data=2621-826-01 |96169| L| |d|0035.1 | J|49998|0041062 drawing Data=2621-826-01 |96169| L| |d|0036 | J|49998|0039718 drawing Data=2621-826-01 |96169| L| |d|0036.1 | J|49998|0054579 drawing Data=2621-826-01 |96169| L| |d|0037 | J|49998|0050272 drawing Data=2621-826-01 |96169| L| |d|0038 | J|49998|0040014 drawing Data=2621-826-01 |96169| L| |d|0038.1 | J|49998|0056214 drawing Data=2621-826-01 |96169| L| |d|0039 | J|49998|0055923 drawing Data=2621-826-01 |96169| L| |d|0040 | J|49998|0066638 drawing Data=2621-826-01 |96169| L| |d|0041 | K|49998|0037606 drawing Data=2621-826-01 |96169| L| |d|0041.1 | K|49998|0051430 drawing Data=2621-826-01 |96169| L| |d|0042 | K|49998|0043620 drawing Data=2621-826-01 |96169| L| |d|0043 | L|49998|0041012 drawing Data=2621-826-01 |96169| L| |d|0043.1 | L|49998|0037785 drawing Data=2621-826-01 |96169| L| |d|0043.2 | L|49998|0037958 drawing Data=2621-826-01 |96169| L| |d|0044 | L|49998|0046862 drawing Data=2621-826-01 |96169| L| |d|0044.1 | L|49998|0041040 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-281 | | |d |851023|a|2 | | document Ref Data=astm-b369 | | | |200401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 5520 | | |e |980401|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |081118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Venturi Meter Must Be Made In Accordance With General Dynamics Electric Boat Division Drawing 2621-826-01 Assembly 43a, Except As Amplified Or Modified Herein.; 3.2 ;retainer Ring From Assembly 43a Of Drawing 2621-826-01 Must Be Made From Sae Ams 5520.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;venturi Body, Piece 44a Of Drawing 2621-826-01; material - ;astm B369, Uns C96400; part - ;venturi Valve, Piece 8a Of Drawing 2621-826-01; material - ;qq-n-281 With Mechanical Properties In Accordance With Note 18 Of Drawing 2621-826-01; part - ;hex Head Plug, Piece 7a Of Drawing 2621-625-03; material - ;qq-n-281 With Mechanical Properties In Accordance With Note 16 Of Drawing 2621-625-03; 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - ;hydrostatic Pressure Test; item - ;venturi Body, Piece 44a Of Drawing 2621-826-01; performance - ;note 9 Of Drawing 2621-826-01; acceptance - ;note 9 Of Drawing 2621-826-01; test - Weldability Test Of Astm-b369 Material item - ;venturi Body, Piece 44a Of Drawing 2621-826-01; performance - Astm-b369 acceptance - Astm-b369 test - Dye Penetrant Inspection part - Body Weld Ends In Final Machined Condition Including 1/2" Of Base Material performance - T9074-as-gib-010/271 acceptance - S9074-ar-gib-010a/278 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.6 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.7 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.12 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.13 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.13.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.13.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.13.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.14 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.15 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.15.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.16 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.17 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.17.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.17.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.17.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.17.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.17.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.18 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.18.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.18.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.19 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.19.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.19.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.19.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.19.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.19.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.20.2 Inspection For Completeness And Proper Type. 3.20.3 Verification Of Material Quality Received. 3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.20.6 Identification And Protection From Improper Use Or Disposition. 3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.20.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.22 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.22.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.22.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.23 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.23.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.23.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.23.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.23.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.23.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.24 Material Handling - The Written Material Control Process Must Include The Following: 3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.24.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.24.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.25 Receiving Inspection - 3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.25.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.26 Discrepancy Reporting - 3.26.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.27.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.28 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.28.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.28.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.28.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The contract. 3.28.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.28.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.28.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.28.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.28.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.28.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.28.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.28.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.28.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.29 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- Oct 20 2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wa
Closing Date20 Nov 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products And/or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Sources Sought Notice In Accordance With (iaw) Far Part 15.201(e). the Purpose Of This Sources Sought Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Products And/or Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name; (b) Address; (c) Point Of Contact; (d) Phone, Fax, And Email; (e) Uei Number; (f) Cage Code; (g) Tax Id Number; (h) Type Of Small Business, E.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business, Etc.; (i) State If Your Business Has An Fss Contract With Gsa, Va Nac, Nasa Sewp, Or Any Other Federal Contract, That Can Be Utilized To Procure The Requirement Listed Below And Provide The Contract Number; And (j) Must Provide A Capability Statement That Addresses The Organization S Qualifications And Ability To Perform As A Contractor For The Work Described Below. requirement: the Va Heartland Network 15 Contracting Office Located At 3450 South 4th Street, Leavenworth, Ks, 66048-5055 Is Seeking A Potential Qualified Contractor To Provide Service For Automated Glycophemoglobin Instrumentation For Visn 15 Vamc S. Please See The Performance Statement Of Work For More Specifics And Details. the North American Industry Classification System Code (naics Code) Is 334516 (analytical Laboratory Instrument Manufacturing), Size Standard 1,000. Based On This Information, Please Indicate Whether Your Company Would Be A Large Or Small Business And Have A Socio-economic Designation As A Small Business, Vosb Or Sdvosb. important Information: the Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open May Be Used. responses To This Notice Shall Be Submitted Via Email To Lisa Buchanan At Lisa.buchanan1@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Monday, October 21, 2024, At 8:00am Cst. Please Reference 36c25525q0020 In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov. only Organizations With An Active Sam.gov Account Can Be Considered. if A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Source Sought. Responses To This Source Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. Automated Glycohemoglobin Instrumentation scope Of Procurement: it Is The Intent Of Visn 15 To Award A New Contract For Automated A1c. The Government Will Award A Cprr/cpt Agreement To A Single Contractor For Automated Glycohemoglobin Instrumentation. The Desired Instrumentation Shall Have The Capability Of Performing Or Reporting The Clinical Parameters As Defined In The Statement Of Work. The Instrument Shall Have Random Access Capability (if Discrete Testing Is Required) And Be Able To Simultaneously Perform The Complete Profile As Described Below Meet The Performance Characteristics For Accuracy And Precision As Defined By The 1988 Clinical Laboratory Improvement Act (clia) And The Clinical And Laboratory Standards Institute (clsi). additional Facilities Within Visn 15 May Be Added Or Deleted At No Cost To The Government. Tests/reagents/instrumentation May Be Added To The Agreement As New Technology Becomes Available On The Market. visn 15 Intends To Establish The Base Year Of The Agreement For The Period Of 06/01/2025 Through 05/31/2026. equipment Must Maintain, Or Preferably Reduce The Number Of Workstations Or Overall Labor Required To Accomplish The Required Testing By Each Laboratory. award Is Needed In June; Requirement Delivery Is Needed Two (2) Months Prior To Expiration Of Current Contract To Allow For Delivery, Installation, Training, And Completion Of Validation Studies Required By Laboratory Standards. if Contractor Offers A Family Of Analyzers, Visn 15 Technical Evaluation Panel Will Determine If Instrumentation Proposed Meets Needs Of Using Facility. equipment Shall Be Acquired For Each Of The Clinical Laboratories Located At The Visn Facilities Listed In Attachment A. the Contractor Is Required To Provide A Continuously Stocked Inventory Of Reagents, Standards, Controls, Supplies, Disposables, And Any Other Materials Required To Properly Perform Tests On The Equipment Such That Equipment Operations Are Not Interrupted. These Items Shall Be Of The Highest Quality, Sensitivity, Specificity And Tested To Assure Precision And Accuracy. expiration Dates Must Be Clearly Marked On Reagent, Standard, And Control Containers. unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor. special Handling For Emergency Orders Of Supplies: In The Event That The Supplies Are Found To Be Defective And Unsuitable For Use With The Contractor S Equipment, Or The Contractor Has Failed To Comply With The Requirements For Routine Supply Delivery, The Contractor Is Required To Deliver The Supplies Within 24 Hours Of Receipt Of A Verbal Order For Emergency Delivery. If Either Circumstance Has Occurred, The Contractor Shall Deliver To The Government Site In The Most Expeditious Manner Possible Without Additional Cost To The Government, The Necessary Consumables In Sufficient Quantity As Required To Allow Operation Of The Contractor S Equipment For One Week (under Normal Government Test Load Volume). If Additional Requests For Emergency Supply Delivery Are Required By The Government, They Shall Be Honored By The Contractor Until The Arrival At The Laboratory Of The Monthly Standing Order/routine Supplies Delivery. estimated Volumes Of Reagents Can Be Found In Attachment A. definitions: cost Per Patient Reportable Result (cprr)- Contractors Are Required To Provide A Price For A Reportable Patient Result. The Per Patient Reportable Result Price Shall Include Costs Covering: (1) 5-year Equipment Use, (2) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories, And Any Other Items Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation Of A Patient Reportable Result. This Per Patient Reportable Result Price Shall Also Encompass All Costs Associated With Dilution, Repeat And Confirmatory Testing Required To Produce A Single Patient Reportable Result. It Shall Also Include The Material To Perform As Well As All Other Costs Associated With Quality Control, Calibration And Correlation Study Testing That Is Prescribed By The Clinical And Laboratory Standards Institute (clsi). (3) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (4) Training For Government Personnel. Contractors Shall Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge. business Associate Agreement (baa)- A Business Associate Is An Entity, Including An Individual, Company, Or Organization That, On Behalf Of Vha, Performs Or Assists In The Performance Of Functions Or Activities Involving The Use Or Disclosure Of Phi, Or That Provides Certain Services Involving The Disclosure Of Protected Health Information (phi). Vha Is A Covered Entity Under The Hipaa Privacy Rule (privacy Rule). Hipaa Regulations Require Vha To Execute Hipaa-compliant Baas With Certain Entities That Receives, Uses, Or Discloses Vha Phi In Order To Perform Some Activity For Vha. These Baas Obligate Vha Business Associates To Provide The Same Protections And Safeguards To Phi That Is Required Of Vha Under The Privacy Rule. general Requirements: primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). Depending Upon The Technical Functionality And The Capabilities Of The Individual Manufacturer S Instrumentation, One Analyzer Or Multiple Analyzers May Be Required To Meet The Productivity Specifications Defined Herein. In Those Instances, The Additional Analyzer(s) Shall, Likewise, Be Considered Primary Instrumentation And Shall Meet All Of The Technical Specifications Of This Solicitation. Those Additional Analyzer(s) Offered Meeting The Definition Of A Primary Analyzer Shall Be Equivalent To A Back-up Analyzer (see Definition Below) And Shall Replace The Requirement For Offering That Category Of Equipment. the System Must Be Certified By The National Glycohemoglobin Standardization Program (ngsp), 2024 Standard Of Medical Care In Diabetes. the A1c Test Should Be Performed Using A Method That Is Standardized Or Traceable To The Diabetes Control And Complications Trial Reference Method, 2024 List Of Ngsp Certified Methods. coefficient Of Variation (cv) Must Be Less Than 2.5%. the Instrument Must Be Fda For Primary Diagnosis Of Diabetes Mellitus. operational Features -the Instrumentation Offered Shall Have The Following: the Capability Of Performing Analysis On 100% Of The Tests Listed In Attachment A. sufficient Capacity And Throughput To Meet The Volume And Service Demands As Defined In Attachment A. safety Features To Avoid Unnecessary Exposure To Biohazardous And Chemical Material. The Exposure To And The Volume Of Biohazardous And Chemical Material Generated By The Equipment Must Be Minimal And Require A Minimum Amount Of Handling. a Bi-directional, Bar-coded Computer Interface Compatible With The Current Va Laboratory Information System. The Fully Operational Interface (both Hardware And Software) Shall Be Immediately Available For Implementation To The Va Computerized Hospital Information System. the Accuracy Of The Barcode Reading Must Have Less Than A 1% Failure Rate. equipment Must Be Able To Support Multiple Barcode Formats (code 39, Code 128) That May Be Enabled Concurrently. equipment Must Accept, At A Minimum, Bcbc Characters In Specimen Identifier That Is Alpha And/or Numeric Depending On Site. minimal Daily, Monthly, And Periodic Maintenance. Instruments With Minimal Maintenance Will Be Prioritized. ability To Store And Retransmit Records (24 Hours Of Maximal Instrument Throughput) In Case Of Interface Outage. on Board Reagent Stability Sufficient To Accommodate Both High And Low Volume Use. Contractor To Provide Expiration Dates Of At Least Three (3) Months For Reagents. no Requirements For Sample Pre-treatment. a Specimen Handling/loading System: primary Specimen Container(s) Loaded Into A Storage Area, E.g., Tray, Rack, Wheel, Etc. For Automated Processing. diluting And Injecting Of The Specimen Is Handled With Minimal Operator Intervention. ability To Accept Various Types Of Sample Containers. technical Features- The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following: technology For Measuring A1c Should Be Either Hplc (high-performance Liquid Chromatography Or Capillary Separation). complete Separation Of The Labile And Stabile Hemoglobin A1c. methodology That Provides Minimal Interference From Common Hemoglobin (hb) Variants. methodology Must Have The Ability To Detect The Presence Of Variant Hemoglobins. method Must Have No Interference From Hgb F Up To 30%. instrument Must Have Redundant Reagents And Ability To Replace Without Stopping The Instrument. on Board Reagent Inventory System. Instrument Must Be Able To Track Reagent Lots, Expiration Dates And Volumes Automatically. instrument Software Must Have The Ability To Review Chromatography And Allow For Auto Validation Of Results. instrument Must Have The Ability To Repeat Samples Automatically That Are Flagged By The Review Software. internal Ability To Assess Column And Detector Functionality Over Time. A Method For The Determination Of Column And Detector Integrity Must Be Provided. mechanism Available To Handle Testing Of Micro-samples Of Blood. on-board Qc Data Management System With A Minimum Storage Capacity Four (4) Qc Files And Includes Levy-jennings Graphs. Analyzer Must Have The Ability To Capture, Store And Electronically Transfer Qc Data. capability To Detect Out Of Range Quality Control. systems With Qap Programs Will Be Prioritized. ability To Monitor Instrument Performance. capability Of Dispensing Samples And Reagents With Minimal Carryover. long Calibration Stability- Vendors With The Longest Stability Will Be Prioritized. controls For Primary Use (assayed) Will Be Provided. linearity Materials Which Are Required Every Six (6) Months For All Analytes Due To A Cap Requirement For Maintaining Assays And Clsi Method Validation To Be Provided By The Contractor. hardware Features- The Instrumentation Shall Have The Following: a Total Equipment Footprint That When Installed In The Laboratory, Shall Not Impact The Functionality/operations Of That Laboratory. Please See Space Restrictions Below: equipment Shall Not Exceed (w In X H In X D In) site width (in) height (in) depth (in) columbia â 90 30 22â  kansas City â 92 36â  30â  leavenworth no Restriction no Restriction 31 marion 70 no Restriction 29 evansville â no Restriction no Restriction 30 poplar Bluff â 50 29 29 st. Louis 40 36 26 topeka â no Restriction â no Restriction â 28 wichita â 73 18â  â 29 cape Girardeau 40 30 28 jefferson Barracks 36 no Restriction 26 an On-board Monitor/screen That Is Easily Readable. a Printer That Has The Capability Of Printing A Patient Report With Patient Demographic Information That Includes Minimally The Patient S Name And Accession Or Unique Identifier Number (uid). an Uninterruptible Power Supply (ups) With Line Conditioner For Each Instrument Provided. an Auto Sampling System That Includes Cap Piercing Closed Tube Aspiration, And Auto-loader. primary Tube Sampling. method Performance/validation Requirements method Performance/comparison Shall Be Completed By And At The Expense Of The Contractor, Shall Include Linearity Material And Reagents, And Be Consistent With Current Clsi Guidelines And Related Documents, College Of American Pathologists (cap) Standards And Federal Regulations. correlation Studies For Each Analyte. A Minimum Of 40 Samples Spanning The Reportable Range, Shall Be Run By The Present And The Proposed Method. In Systems Where Multiple Sampling Modes Exist, Mode To Mode Correlation Studies Must Also Be Performed. Contractor Shall Analyze Results And Provide Statistical Data To Support Acceptance Of The New Method For Above Studies. Statistics Shall Consist Of At Least Mean, Bias, Slope, Y-intercept, Correlation Coefficient, Roc Analysis, And Meet Current Standards Defined By Clsi. analytical Measurement Range (amr) Validation Shall Be Performed On Proposed Instrument(s) For Each Analyte To Validate The Reportable Range. The Material Must Have Values Which Are Near The Low, Mid, And High Values Of The Amr And Be Of Appropriate Matrix For The Clinical Specimens Assayed By That Method. A Minimum 5-point Linearity Analysis That Adheres To The Beer-lambert Law And Spans The Entire Range Shall Be Performed As A Minimum. precision Studies Using Normal And Abnormal Control Material. This Shall Consist Of A Within-run Precision Study Of 10 Normal And 10 Abnormal Controls And A Day-to-day Precision Study Of Normal Controls And Abnormal Controls For 10 Days (maybe Run Twice A Day) For A Total Of 20 Values Per Level Of Control. Intra-visn Facility Variations Should Be Kept At An Absolute Minimum. sensitivity. Sensitivity May Be Validated Concurrently With Correlation Studies. Mathematical Calculations To Determine Efficiency, Sensitivity, False Positive Rate, And False Negative Rate Are Applied. specificity Studies. A Review Of Product Literature And Assay Inserts To Determine Any Adverse Effects For Increased Bilirubin, Hemolysis, Lipemia, Or Other Interrupting Substances. carryover Studies. Successful Carryover Studies Shall Be Completed By The Contractor On All Analyzers During Installation. These Studies Shall Be Performed Using Either Contractor Developed Program(s) Or Program(s) Developed By A Third Party (cap/clsi). The Programs Shall Be Provided To Each Laboratory At No Charge. reference Range. A Reference Range Must Be Determined For Each Test Following Clsi Guidelines. Samples Used For The Reference Range Study Must Be Representative Of The Patient Population Being Tested. Reference Range Assessment Must Be Performed For Each Lab. One Of The Following Protocols Shall Be Used: a Verification Of The Manufacturer S Suggested Reference Range May Be Performed As Long As The Suggested Range Is Based On A Comparable Population Of Test Subjects. The Manufacturer Shall Provide Specific Information Defining How The Suggested Range Was Determined. A Minimum Of 20 Reference Individuals Shall Be Used To Verify The Manufacturer S Range. Any Apparent Outliers Should Be Discarded, And New Specimens Obtained To Provide A Statistically Valid Verification. if The Suggested Manufacturer S Range Is Not Appropriate For The Patient Population, A Reference Range Shall Be Established. Establishing A Reference Must Follow Clsi Guidelines. This Requires A Minimum Of 120 Reference Individuals To Be Used To Establish A Reference Range. The Reference Interval Should Be Determined Using The Nonparametric Method. if A Laboratory Is Currently Using The Proposed Instrument/reagent System, The In-use Reference Range Can Be Transferred To The New System If A Method Comparison Study Between The Two Systems Proves To Be Acceptable. If Comparison Studies Are Not Acceptable, One Of The Two Above Items Must Be Performed. other Requirements: alert/notification Of Any Delays In Shipment As Well As Any Or All Technical Advisory/recalls/alerts, Prior To Or Simultaneously With Field Alerts Should Be Forwarded To The Designated Individuals Determined At Contract Award. support Features-the Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable. commercial Marketing. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. Discontinued Models That Are Only Being Made Available As Remanufactured Equipment Are Not Acceptable. commercial Offerings. The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g. Computer Disc Containing Their Procedure Manual In Clsi Format Or An Online Procedure Manual In The Instrument Software. start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Item Required To Establish Instruments For Operation For Performance Of Acceptance Testing. The Contractor Shall Perform, To The Satisfaction Of The Government, All Validation Studies Including Precision, Method Comparison With Current Analyzer, Accuracy (recovery), Calibration Verification, Verification Of Reference Interval, And Determination Of Sensitivity And Specificity At No Cost To The Government. The Contractor Shall Perform All Of The Statistical Analysis As Stated In The Method Performance/validation Section Above And Report Data In An Organized, Clearly Comprehensible Format. training. upon Installation: The Contractor Shall Provide Advanced (key Operator) Instrument Training Program For At Least Two Operators Per Facility At No Charge To The Government That Is Coordinated With And Timely With The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Troubleshooting And Repair. thereafter: The Contractor Shall Provide Training For Minimally One Operator Per Facility Per Year At The Discretion Of The Government For Each Model Of Instrumentation Placed. Utilization Of The Training Slots Shall Be Mutually Agreed Upon Between The Va And The Contractor. A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant. service Requirements- Equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On All Primary And Back-up Instrumentation And Any Incremental Support Equipment, E.g. Water System, Offered According To The Following Terms: service Requirements: a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour. equipment Repair Service Shall Be Provided During Core Business Hours. See Attachment A Defining Core Business Hours Of Each Facility Included In This Solicitation. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be No More Than 24 Hours. preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date. a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following: Date And Time Notified, Date And Time Of Arrival Serial Number, Type And Model Number Of Equipment, Time Spent For Repair, And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. equipment Relocation: In The Event Of Moving The New Equipment To A New Location (such As A New Laboratory), The Contractor Shall Move Contracted Lab Equipment From The Current Location To The New Lab Space. upgrades - The Contractor Shall Provide Upgrades To The Equipment Hardware, Bidirectional Interface And Software In Order To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government If Sites Are Interested. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of The Software, Correction Of A Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace The Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Agreement; However, It Does Refer To Significant Changes In The Hardware Operational Capability. ancillary Support Equipment The Contractor Shall Provide, Install And Maintain Through The Life Of The Agreement, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Universal Interface Equipment. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Etc. interface Requirements the Contractor Shall Be Responsible For Providing All Hardware Required For The Connection, Implementation, And Operation Of The Interface To The Universal Interface And Any Incremental Fee That Is Required Each Time An Instrument Is Added To An Existing Universal Interface System (see Attachment A). cerner Compatibility Statement vendors Providing A Bid To This Requirement Shall Provide A Cerner Compatibility Statement (ccs)from The Oem Of The Equipment. The Ccs Must Include The Following: an Oem Attestation That The Product Proposed Is Cerner Verified. The Statement Must Be Dated Within 60 Days Of The Quote To Ensure It Is Recent And Accurate. a List Of Va Healthcare Organizations That Have Deployed The Device/system With The Cerner Ehr. details Related To Any Data To Be Transmitted To Cerner. the Statement Must Provide An Oem Point Of Contact For Questions Or Concerns Related To Cerner Compatibility. the Proposal Must Declare If The Device/system Does Not Connect To The Network Or Electronic Medical Record. vendor Bids That Do Not Include A Ccs Directly From The Oem Will Be Disqualified. all Devices Running Windows Must Be Windows 10 Os At The Time Of Award. the Vendor Shall Provide Assistance With Setting Up Autoverification Through Data Innovations work With The Laboratory Lims To Interface Vista Lis With Vendor Provided Instruments provide Remote Or Onsite Guidance On Validation Techniques And Assist Troubleshooting provide Support And Guidance During Modifications Of Final Autoverification Build. For Example, Modifying Rules Logic Cutoff Based On Evolving Sop S. the Contractor Shall Provide Any And All Necessary Software Support For Ensuring That Successful Interfacing Has Been Established. Specific Requirements For The Communication Of The Data Streams Will Be Unique To The Instrument System Involved And Dictated By The Manufacturer Itself. Information Necessary To Make The Determination For Type And Amount Of Interfacing Equipment Is Supplied In Attachment A. if A Site Already Has A Universal Interface Box, The Contractor Is Responsible For Everything Leading Up To The Box Including Any Incremental Fee Required To Add Additional Equipment (e.g. Licenses, Ports/cards, Cables, Software, Etc.) To The Universal Interfacing System. if A Site Does Not Have A Universal Interface And One Is Needed To Optimally Interface The Instrument, Then The Contractor Is Responsible For The Acquisition Of The Universal Interface Box And Everything Else Needed To Connect With Va Computerized Hospital Information System. if There Are Any Software Upgrades In The Instrument During Its Life, The Contractor Is Responsible For Seeing That The Interface Can Accommodate Any Changes In The Data Stream Going To The Va Computerized Hospital Information System. contractor Shall Provide Copies Of Current Isa/mou And Baa With The Va That Are Applicable For Remote Connection To The Interface System Used To Manage The Testing System. characterization Of Waste the Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following: waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24) waste Ignitability (reference 40 Cfr §261.21) waste Corrosivity (reference 40 Cfr §261.22) waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33) solid Waste (reference 40 Cfr §261.2) exclusions (reference 40 Cfr §261.4) the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response: barium (total) cadmium (total) chromium (total) copper (total) cyanide (total) lead (total) mercury (total) nickel (total) silver (total) zinc (total) arsenic (total) selenium (total) tin (total) ph flash Point (to Higher Than 200 F) bod; Biochemical Oxygen Demand the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System. implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 90 Days After The Award. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 90-day Timeframe, If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award, The Transition Period For The Awarded Agreement To Have All Equipment And Peripherals Installed And Operational Shall Be From The Date Of Award Through 90 Days. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor S Submitted Plan Shall Not Exceed 90 Days For The Transition Of All Services Under The Awarded Agreement Including Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Agreement For Cause Under The Termination For Cause Clause Of The Agreement. at The End Of 90 Days From Award Of The Agreement, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Agreement. standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Agreement] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Or As Quoted In Any Agreement At An Effectiveness Level Of 90% Or More. in The Event That Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition. during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When In Excess Of The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Agreement, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. Each Instrument Provided By The Contractor Shall Maintain An Uptime Of 90% In Each Month Of The Term Of The Agreement For Equipment. government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph. ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. the Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility. prior To Termination Or Completion Of This Agreement, Contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor In The Course Of Performing This Agreement Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Agreement. all Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Agreement Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Returned To The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Agreement Or Disposal Or Return Of The It Equipment, Whichever Is Earlier. bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Agreement. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation.
Closing Soon21 Oct 2024
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Details: Attachment 1: Combined Synopsis-solicitation For Commercial Products And Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. This Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05 Dated 05/22/2024. This Solicitation Is Service-disabled Veteran Owned Small Business (sdvosb) And Small Business. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 238290, With A Small Business Size Standard Of $22 Million. The Fsc/psc Is H244. The Va Northern Arizona Va Medical Healthcare System 500 N. Hwy. 89, Bldg 111 And 162, Prescott, Az 86313 Is Seeking For Boiler Plant Testing. Price And Other Factors: See Attachment 2, Far 52.212-2 Evaluation Far Clause 52.219-75 Certificate Of Compliance For Services And Construction Is Required To Be Submitted At Time Of Quote Submission. Statement Of Work For Boiler Plant Testing And Inspections For Steam & Electric Boilers This Statement Of Work (sow) Describes The Requirements For Boiler And Feedwater Deaerator Inspections, The Inspection, Testing And Calibration Of The Boiler Plant Burners, Controls, And Instruments By Qualified Technicians. This Also Covers The Requirements For The Electric Boilers Within The Sterile Processing Service Department. Boiler Plant Inspections, Safety Device Testing And Calibrations Are Required To Maintain Compliance In Accordance With (iaw) Vha Directive 1810, Vha Boiler And Associated Plant Safety Device Testing Manual 8th Edition, Nfpa 85 Boiler & Combustion Systems Hazards Code, And Asme Boiler & Pressure Vessel Code. General Overview The Services Described In This Sow Are Required To Maintain Compliance With The Vha Directive 1810 Boiler And Boiler Plant Operations, Vha Boiler And Associated Plant Safety Device Testing Manual 8th Edition, Nfpa 85 Boiler And Combustion Systems Hazards Code, And Asme Boiler And Pressure Vessel Code. Navahcs Have A Central High-pressure Boiler Plant To Provide Steam For Heating And Air Conditioning, Domestic Hot Water, Kitchens, And Sterilization. Navahcs Also Has Electric Boilers (also Known As Sterilizers) In Our Sps Department Which Are Also To Be In Compliance And Are Required To Be Inspected And Tested. Boiler Plant Safety, Reliability, Efficiency, And Equipment Longevity Are Paramount Concerns Of Navahcs Management. Boilers And Feedwater Deaerators Are Pressurized Devices Containing Steam And Hot Water. They Can Fail Catastrophically Causing Injuries And Death And Massive Property Damage. Regular Inspections By Experts Are An Essential Part Of A Program To Address These Concerns. Definitions And Acronyms Asme American Society Of Mechanical Engineers Iaw In Accordance With Vha Veterans Health Administration Nfpa National Fire Protection Association Ansi American National Standards Institute Asnt American Society For Non-destructive Testing Bei Boiler Efficiency Institute Csd Controls & Safety Devices Nb National Board Nec National Electrical Code Nox Nitrogen Oxides Ut Ultrasonic Testing Wfmt Wet Fluorescent Magnetic Particle Testing Loto Lockout & Tagout M&o Maintenance & Operations Fms Facilities Management Service Vamc Va Medical Center Psi Pounds Per Square Inch Psig Pounds Per Square Inch Guage Epa Environmental Protection Agency Osha Occupational Safety & Health Administration Adosh Arizona Division Of Occupational Safety & Health Adeq Arizona Department Of Environmental Quality Kw Kilo Watt Pm Preventative Maintenance Va Veterans Affairs Navahcs Northern Arizona Va Healthcare System Sps Sterile Processing Service Htm Healthcare Technology Management Bldg Building Rm Room Lb Pound Hr Hour Hp - Horsepower S/n Serial Number Nlt No Later Than 3. Place Of Performance Navahcs, 500 N Hwy 89, Bldg 111 (boiler Plant), Prescott, Az 86313 Navahcs, 500 N Hwy 89, Bldg 162 (sps 2nd Floor), Prescott, Az 86313 4. Period Of Performance And Schedule Contract Period Of Performance Dates: Base Period: 11/1/2024 To 10/31/2025 Option Period I: 11/1/2025 To 10/31/2026 Option Period Ii: 11/1/2026 To 10/31/2027 Option Period Iii: 11/1/2027 To 10/31/2028 Option Period Iv: 11/1/2028 To 10/31/2029 When Will The Services Be Performed (i.e. During Business Hours, After-hours, Weekends, Etc.). Work Is To Be Done Between The Hours Of 8:00 A.m. And 4:00 P.m. Monday Thru Fridays, Requests For Weekend Work Must Be Submitted In Writing. At What Frequency Will Services Be Performed (i.e. Annually, Quarterly, Monthly, Weekly, Etc.)? Steam Boiler Inspections & Testing Will Be Performed Or Provided Semi-annually (2 Times Per Year). 1st Service Will Be Required By Nlt June 30th And The 2nd Service Will Be Required Nlt December 31st. During The 1st Inspection, Combustion Tuning Will Be Provided, Internal Inspections, And Safety Device Testing Of All Boilers Will Be Completed. During The 2nd Inspection, Combustion Tuning Will Be Provided, External Inspections, And Safety Device Testing Of All Boilers Will Be Completed. Electric Boiler Inspections & Testing Will Be Performed Or Provided Annually (once Per Year). These Will Be Performed Nlt January 31st. During The Inspection, The Internal Chamber Will Be Inspected, Safety Devices, And The Boiler Will Be Required To Be Place Into Operation And Programmed To Perform Safety Faults As Part Of The Required Safety Inspections And Testing. Will Services Be Provided On Federal Holidays? No Services Will Be Performed During Holidays. 5. Equipment List List The Equipment To Be Serviced With The Make, Model, Description, Location, And Serial Numbers. Keeler, 350 Hp Watertube Boiler With 12,000 Lb/hr Faber Burner, Bldg 111 Rm 100, S/n: 16031-1 Keeler, 350 Hp Watertube Boiler With 12,000 Lb/hr Faber Burner, Bldg 111 Rm 100, S/n: 16031-2 Keeler, 350 Hp Watertube Boiler With 12,000 Lb/hr Faber Burner, Bldg 111 Rm 100, S/n: 16031-3 Belimed Ag, Mst-v 600 Series, 45kw Electric Boiler, Bldg 162 Rm 230a, S/n: 3027399 Belimed Ag, Mst-v 600 Series, 45kw Electric Boiler, Bldg 162 Rm 230a, S/n: 3027398 Ace Tank & Heater Co, Hs54-8, 1100 Gallon Da Tank, Bldg 111 Rm 100, S/n: 44583 Penway, 700 Gallon Condensate Tank, Bldg 111 Rm 100, S/n: A25957 6. Contractor Requirements Navahcs Requires Inspection Of Electric And Steam Boilers, Safety Device Testing And Calibration Of Sps Boilers And Boiler Plant Burners, Controls, Instruments, Data Management And Feedwater Deaerators To Be Performed On The Facility Site Location In Prescott, Az. Contractor Will Provide The Following Services For The Inspection Of Electric And Steam Boilers, Safety Device Testing And Calibration Of Sps Boilers And Boiler Plant Burners, Controls, Instruments, Data Management And Feedwater Deaerators. Inspection Requirements Inspection, Testing, And Calibration Requirements Inspection Process Of The Electric Boilers Steam Boiler Inspections & Testing Will Be Performed Or Provided Semi-annually (2 Times Per Year). 1st Service Will Be Required By Nlt June 30th And The 2nd Service Will Be Required Nlt December 31st. During The 1st Inspection, Combustion Tuning Will Be Provided, Internal Inspections, And Safety Device Testing Of All Boilers Will Be Completed. During The 2nd Inspection, Combustion Tuning Will Be Provided, External Inspections, And Safety Device Testing Of All Boilers Will Be Completed. Electric Boiler Inspections & Testing Will Be Performed Or Provided Annually (once Per Year). These Will Be Performed Nlt January 31st. During The Inspection, The Internal Chamber Will Be Inspected, Safety Devices, And The Boiler Will Be Required To Be Place Into Operation And Programmed To Perform Safety Faults As Part Of The Required Safety Inspections And Testing. Identify Inspection Criteria, If Applicable. Inspection Requirements: Annual Internal And External Inspections Are Required For Each Boiler. Internal Inspections Of The Feedwater Deaerator Pressure Vessel Are Required Every Six Years (or More Frequently If Welding Repairs Have Been Performed). At Least Two Weeks Notice To Navahcs Is Required Prior To An Inspection. Also, The Inspection Must Be Scheduled For Periods When Navahcs Determines That The Boilers That Will Be Inspected Internally Will Not Be Needed For Steam Supply And When The Contracting Officer S Representative (cor) Or His/her Designate Is Available On Site To Monitor The Inspections. To Maintain Steam Service, Typically Only One Boiler At A Time Will Be Scheduled For Internal Inspections Per Inspection Visit. Thus, Multiple Visits Per Vamc Facility Will Be Necessary Every Year To Inspect All The Boilers Internally. Feedwater Deaerator Pressure Vessel Inspections Must Be Scheduled During Periods Of Low Steam Demand. Coordinate The Inspection Schedule With The Cor So That Navahcs Can Prepare The Boilers And Feedwater Deaerator For The Inspections In Advance And Have Personnel Available To Monitor The Inspections. Boilers Scheduled For Internal Inspection Will Be Prepared For The Inspection By Navahcs Prior To The Scheduled Arrival Of The Inspector. This Includes Cooling The Boilers To Near Ambient Temperature And Having All Manways, Handholes And Furnace Access Doors Open; The Boilers Cleaned Of Loose Materials Waterside And Fireside; Electrical Lock-out, Tag-out In Place; Connecting Piping Isolated; Proper Illumination Provided; Compliance With Confined Space Access Requirements Including Having Safety Personnel Present In The Boiler Plant. Similar Advance Preparations Will Be Made To The Feedwater Deaerator When It Is Scheduled For Internal Inspection. Navahcs Will Comply With Any Other Requirements Of The Inspector That Are Considered Reasonable By Navahcs And Have Been Presented In Writing At Least Two Weeks Prior To The Scheduled Inspection. The Boiler And Feedwater Deaerator Inspections Shall Comply With The Guidelines In The Current Issue Of The National Board Inspection Code, Part Rb, Inservice Inspection Of Pressure- Retaining Items, And Asme Boiler And Pressure Vessel Code, Section Vi Or Vii As Applicable. In Addition To Those Guidelines, The Inspections Shall Comply With All Navahcs Requirements As Listed In This Document. The Inspector Must Completely Enter The Internal Spaces Of The Boiler Or Feedwater Deaerator And Visually Inspect All Internal Surfaces That Can Be Accessed. Methods For Testing Safety Devices Shall Comply With Vha Boiler And Associated Plant Safety Device Testing Manual, 8th Edition. Summary Of The Minimum Inspection Requirements For Boilers: Review The Boiler History Including: Operating Conditions, Date Of Last Inspection, Current Inspection Certificate, Asme Stamping On Boiler, National Board Registration Number, History Of Repairs And Modifications. Review Boiler Logs, Water Test Reports, And Reports On Tests Performed On The Burner Controls And Interlocks. Assess The External Parts Of The Boilers And Boiler Accessories And Piping And Valves For Safety, Accessibility, Proper Maintenance And Operation, Cleanliness, And Compliance With Codes. Inspect For Evidence Of Leakage Of Combustion Gases Or Fluids, Externally And Internally, Including All Gaskets. Inspect Foundations For Signs Of Stress Such As Cracking Or Movement. Inspect Boilers Externally And Internally For Defects Including Bulges, Blisters, Cracks, Wasted Or Eroded Material, Warping, General Corrosion, Grooving And Pitting, Damaged Insulation. Inspect All Accessible Internal Surfaces For Waterside And Fireside Deposits, Including Scaling, Sediment, Debris, Carbon Deposits. Examine All Stays And Stayed Plates. Inspect Gas Side Baffles. Inspect Internal Drum Surfaces And Steam Separating Internals. Inspect Soot Blowers And Verify Proper Alignment. Inspect Tubes, Tube Ends And Tube Alignment. Check For Sagging Tubes. Verify That All Nozzles Of Internal Piping Such As Feedwater Admission And Bottom Blowoff Collection Are Clear With No Obstructions. Inspect Seating Surfaces Of Manways And Handholes. Check That Boiler Structure Is Plumb And Level With No Excessive Deformations. Check For Missing Items Such As Bolts And Nuts. Examine All Valve And Pipe Connections To The Pressure Vessel. Inspect Refractory Including Burner Throat, Expansion Joint, Bull Ring, Furnace Seals, Furnace Walls And Floor. Verify Proper Alignment Of Boiler Assembly. Inspect Furnace For Evidence Of Flame Impingement. Perform Mechanical And Electrical Inspection Of Disassembled Low Water Cutouts (disassembly By Va). Inspect Piping Connected To The Boilers For Evidence Of Leakage, Provision For Expansion, Provision Of Adequate Support, Proper Alignment, Evidence Of Detrimental Conditions. Inspect Piping To The Water Column, Low Water Cutoffs And Alarms, Gage Glass. Verify That Interior Of Piping Is Clear Of Obstructions. Provide Recommendations For Non-destructive Testing When The Inspections Indicate That This Is Necessary To Assure Continued Safety And Reliability Under Current Operating Conditions. Summary Of The Minimum Inspection Requirements For Feedwater Deaerators: Review The Feedwater Deaerator History Including: Operating Conditions, Date Of Last Inspection, Current Inspection Certificate, Asme Stamping, National Board Registration Number, Materials Of Construction, Extent Of Postweld Heat Treatment, History Of Repairs And Modifications. Assess The External Parts Of The Feedwater Deaerator And Accessories And Piping For Safety, Accessibility, Cleanliness. Proper Operation, And Compliance With Codes. Inspect For Evidence Of Leakage. Verify That Non-condensable Gas Vent Line Is Open And Proper Orifice Is Provided To Permit Venting Of Gases. Inspect Support Structures For Proper Integrity And Allowance For Thermal Expansion. Internal Inspections (6-year Intervals Unless Otherwise Recommended Because Of Welding Repairs): Visually Inspect All Visible Pressure Vessel Surfaces For Corrosion, Material Thinning, Deposits, And Weld Cracking. Inspect Spray Nozzles And Trays. Certified American Society For Non-destructive Testing (asnt) Level Ii Technicians Shall Perform Non-destructive Tests Using The Wet Fluorescent Magnetic Particle (wfmt), Ultrasonic Testing (ut), And Any Other Necessary Non-destructive Tests. Completely Examine All Accessible Welds Utilizing The Wfmt Test Method. Properly Prepare The Surfaces Before Testing. Determine Pressure Vessel Material Thickness By Ut. Thickness Measurement Locations Shall Be Selected By Dividing The Storage Tank Heads Into Quadrants And Taking Measurements At Each Quadrant On Two Imaginary Rings In Each Head (eight Measurements Total) . Measurement Locations On The Shell Shall Be On Each Of The Quadrants, On Four To Six Locations Along The Length Of The Shell (16 To 24 Measurements Total). The Technician May Recommend Fewer Or More Tests To The Owner, Providing Justification. Typically, The Pressure Vessel Section Containing The Deaerator Trays And Sprays Is Not Accessible For Non-destructive Testing. The Experience Is That This Section, Which Is Mainly Exposed To Steam, Is Less Vulnerable To Weld Failures And Material Thinning Than The Storage Section Which Contains Condensate And Make-up Water. Calculate Maximum Allowable Working Pressure Rating Of Vessel Based On Thickness Measurements. Calculate Depletion Rate Of Material Thickness. Inspection, Testing, And Calibration Requirements: Technicians Shall Provide All Tools And Labor Necessary To Perform Inspection, Tuning, Testing, Calibrating, And Adjustments Of Burners And Boiler And Boiler Plant Controls As Specified Below. This Shall Be Done Every 12 Months In Accordance With A Schedule Provided By Vamc. Vamc May Extend The Schedule For Burners In Limited Service. Instrumentation, Monitoring And Data Management Systems As Listed Below Shall Be Calibrated Every 12 Months. Provide At Least Two-weeks Notice To The Contracting Officer S Representative (cor) Prior To Performing The Work. Work Cannot Be Scheduled During Heavy Steam Load Periods. Only One Boiler At A Time Can Be Out Of Service For The Inspection, Testing And Calibration Procedures. Work Must Be Conducted When The Cor Or His/her Designate Is Available On Site To Monitor The Work. Vamc Will Have The Boilers That Are To Be Serviced Prepared For The Technicians Upon Their Scheduled Arrival. This Includes Having The Boilers Clean Of Soot And Loose Scale; Fully Warmed And At Normal Steam Pressure; Steam Exhaust Silencer System Operable; All Boiler, Burner And Fuel Train Pressure Gages And Thermometers Calibrated; Fuel Meters In Accurate Operation (pressure/temperature Correction Factors Provided, If Applicable; Boiler Steam Flow, Stack Temperature And Flue Gas Oxygen Instruments Operating. Vamc Will Comply With Any Other Requirements Of The Test Personnel That Are Considered Reasonable By Vamc And Have Been Presented In Writing At Least Two Weeks Prior To The Scheduled Testing. The Inspections, Testing And Calibrations Shall Comply With: The Recommendations And Requirements Of Vha Boiler And Associated Plant Safety Devices Testing Manual, 8th Edition. The Written Recommendations Of The Equipment Manufacturers. The Requirements And Recommendations Of Nfpa 85 Boiler And Combustion Systems Hazards Code Including Applicable Appendices. Burner Performance Requirements In This Document. A Summary Of The Work Is As Follows: Review Boiler Plant Log Sheets And Alarm And Trouble Reports. Review Records That Show Combustion Performance (flue Gas Oxygen And Carbon Monoxide). Perform Overall Visual Inspection Of Systems. Verify That Systems Comply With Referenced Codes And Vamc Requirements Stated In This Contract. Operate Burner(s) On Each Fuel From Low Fire To High Fire And Back To Low Fire In At Least Six Increments And Record Combustion Performance (flue Gas Oxygen, Carbon Monoxide, Nox Where Applicable), Fuel Train Pressures, Atomizing Train Pressures, Burner Pressures, Stack Temperatures, Boiler Steam Output. Compare The Combustion Performance Data With Vamc Requirements (see Below) And Previous Readings. If Necessary, Adjust The Fuel Flow And Combustion Air Controllers, Control Valves And Dampers To Obtain The Required Performance. Record The New Performance Data. Verify Accuracy Of Instrumentation Listed Below. Verify That All Devices Are Properly Selected For The Application In Terms Of Type, Size, Set Point Range, Performance, Code Approval. Calibrate All Instruments That Are Not Within Manufacturer S Specifications For Accuracy. Immediately Inform Cor Of Any Recommended Repairs Or Modifications. All Of Interlocks And Safety Devices To Be Inspected And Tested On Each Boiler/burner/equipment, Are Contained In The Vha Boiler And Associated Plant Safety Devices Testing Manual,8th Edition, Along With Testing Procedures. Required Burner Performance (natural Gas And Fuel Oil): Turndown (ratio Of Maximum And Minimum Firing Rates): 10/1 8/1 5/1 4/1 (refer To Original Burner Specification). Achieve, But Do Not Exceed, Boiler Maximum Steam Flow Output Rating. Measure Fuel Input At Minimum And Maximum Firing Rates. Maximum Carbon Monoxide: 200 Parts Per Million (ppm). Maximum Nox: ______ (refer To Original Burner Specification). Flue Gas Oxygen: 2.5 4.2% (up To 5.2% At Loads Below 40% Of Maximum Steam Output; No Upper Limit At Minimum Firing Rate; Oxygen Can Be One Percentage Point Higher On Oil Firing On Single-point Positioning Systems). Flue Gas Oxygen (low Excess Air Burners): 1.0 2.0% (up To 2.5% At Loads Below 40% Of Maximum Steam Output; No Upper Limit At Minimum Firing Rate; Oxygen Can Be One Percentage Point Higher On Oil Firing On Single Point Positioning Systems). No Visible Smoke, Except On Heavy Oil Fuel Maximum Opacity Is 20%. Comply With Local Emissions Regulations. Flames Shall Be Stable With No Pulsations, Shall Be Retained Near Burner, No Blow-off Or Flashbacks, No Constant Flame Impingement On Refractory Or Waterwalls. List Of Instrumentation And Controls To Be Inspected And Calibrated: Steam Flow Transmitters (all). Steam Flow Recorders/computer Readout. Flue Gas Oxygen Sampling, Analyzing And Recorder/computer Readout. Boiler And Economizer Stack Temperature Transmitters And Recorder/computer Readout. Master Steam Pressure And Combustion Controllers. All Pressure And Temperature Sensors And Transmitters. All Signal Processing And Readout Devices. Inspection Process Of The Electric Boilers: Internal Inspection Process Turn Off The Sterilizer And The Breaker And Let It Cool. Open The Sterilizer Steam Generator And Clean For Internal Inspection. Check For The Condition Of The Inside Shell Of The Steam Generator. Check For The Condition Of The Electric Resistance Heaters. External Inspection Process Sterilizer Closed And Filled By Technician For Operation. Check For Water Leaks. Check For Steam Leaks. Check For Pressure Control Operation. Check For High Pressure Manual Reset Control Operation. Check Sight Glass And Water Level. Check Main Current Terminals And Heating Elements. Check Pressure Gauge Response. Check Temperature Sensor. Check Safety Valve And Safety Relieve Valve Operation. Check For Low Water Manual Reset Operation. Check For Asme Stamp On The Steam Generator. Check For Manufacturer Data Report On File. Check For The Asme Control And Safety Devices (csd-1 Report) On File. Check Sterilizer Supports, Piping, Electrical, Steam Piping, Feedwater Piping, Floor Drain, And Other Components. Test The E-stop Button At Each Exit Which Should Be Located At The Entry To The Sterilizer Room With A Sign That Says Sterilizer Shutdown Button. The Expected Result Upon Successful Completion Of Each Inspection Will Be A Comprehensive Report That Clearly Identifies All Of The Above Inspection Requirements And Can Be Handed To A Compliance Inspector As Requested During Inspection Intervals. 7. Reporting Requirements Contractor (or Representative) Shall Sign-in Upon Arrival At The M&o Supervisor Office, Bldg 167, Rm 001, At The Beginning Of Each Visit. All Documentation For Installation, Inspection, And Certifications Shall Be Provided To Navahcs Facilities Personnel During The Contract Period. Documentation Shall Be Provided In An Electronic Format (pdf). Thumb Drives And/or Cd S Will Not Be Accepted. Define The Level Of Effort The Reports Should Meet Such As To What Level Of Detail. Provide Complete Written Report Of The Inspection Fully Describing All Tests Performed, All Findings, And Recommendations. The Report Shall Have Two Sections The First Section Will Be In A Table Form That With Four Columns: The First Column Labeled Function Did The Device Pass Or Fail. The Second Column Labeled Device List The Device Number And Description In Accordance With The Vha Boiler And Associated Plant Safety Devices Testing Manual, 8th Edition. The Third Column Labeled Deficiencies-recommendations . The Fourth Column Labeled Corrective Actions List Any Corrective Actions Taken During The Inspection. Furnish Report Within One Week Of Each Facility Inspection In Microsoft Word Format By Email To The Cor. Provide Hard Copies Of Data Sheets And Flue Gas Analyzer Strip Printouts To The Cor Within One Week Of Visit. All Safety-related Deficiencies Shall Be Immediately Reported To The Cor, Boiler Plant Supervisor And/or Chief Engineer During The Inspection Visit. Provide Complete Written Report Fully Describing All Inspections And Tests Performed, Findings, And Recommendations. The Condition Of All Items Inspected Shall Be Stated Whether Acceptable Or Deficient. All Deficiencies Shall Be Fully Described Along With Recommendations For Methods Of Correction. Utilize National Board Forms Nb-6 And Nb-7, Or Other Similar Forms Acceptable To Owner. Provide Sketches And Photographs As Necessary And As Requested By Owner To Show Areas Identified As Not Acceptable For Continued Service Or Requiring Repair. Include Test Data And Calculations. Show Locations And Extent Of All Non-destructive Testing By Sketches. Furnish Report Within One Week Of Each Facility Inspection In Microsoft Word Format By Email To The Cor. Provide Recommendations On Need For Re-inspections After Correction Of Deficiencies. Cost Of Re- Inspections Shall Be Extra Cost Negotiated With Va Contracting Officer. Contractor Will Provide Performance Review With Closeout Documents On Ups Maintenance, Inspection, Testing, And Recommended Repairs To Navahcs Facilities Personnel & M&o Supervisor. 8. Applicable Documents The Contractor Shall Comply With The Following Requirements. Testing, Inspection, And Certification Shall Be Accomplished By Certified Inspectors. Certificates Shall Be Provided Upon Arrival Prior To The Certification Process. Qualified Professional Inspectors As Defined Below Shall Perform Internal And External Inspections On High Pressure (over 15 Psig) Steam And Electric Boilers And Internal Inspections On Feedwater Deaerators And Other Pressure Vessels. Non-destructive Testing Of Feedwater Deaerator Pressure Vessels Shall Be Performed By Certified Non-destructive Testing Technicians As Defined Below Under The Guidance Of The Qualified Professional Inspector. Qualified Professional Inspector Is Defined As Any One Or Combination Of: A Boiler Inspector Who Has A Valid Commission From The National Board Of Boiler And Pressure Vessel Inspectors (nb). A Boiler Inspector Who Has Qualified By Passing A Written Examination Under The Laws, Rules And Regulations Of A Jurisdiction Of A State. A Boiler Inspector Who Is Currently Employed With A Company That Is On The Adosh List Of Authorized Boiler Inspection Companies - Adosh - List Of Authorized Companies For Boiler Inspections | Industrial Commission Of Arizona (azica.gov) A Boiler Inspector Who Is Regularly Employed As A Boiler Inspector By A Jurisdiction Which Has Adopted And Administers One Or More Sections Of The American Society Of Mechanical Engineers (asme) Boiler And Pressure Vessel Code As A Legal Requirement, And Has A Representative Serving As A Member Of The Asme Conference Committee. A Boiler Inspector Who Is Regularly Employed By An Insurance Company Which Has Been Licensed Or Registered By The Appropriate Authority Of A State Of The United States To Write Boiler Or Pressure Vessel Insurance. Qualifications For Non-destructive Testing Technicians: The Technicians Shall Be Certified As Being Qualified Level Ii Technicians In The Non-destructive Testing Methods To Be Utilized. The Certification Shall Be In Accordance With The Requirements Of The American Society For Non-destructive Testing (asnt). Technician Qualifications: Technicians Shall Have Completed At Least A One-year Trade School And Have Five Years Successful Experience In This Field. The Experience Shall Be Largely With Institutional And Industrial Boiler Plants Similar In Design To The Vamc Plant. The Vamc Facility Manager/engineer May Define And Accept Equivalent Qualifications. Technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: Nfpa 85, Boiler And Combustion Systems Hazard Code. Vha Boiler And Associated Plant Safety Device Testing Manual, 8th Edition. Technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, All Calibrated Within One Month Of The Site Visits. At Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. If Lockout Tagout Procedures Are Required During Or Prior To Inspection, That Will Be Coordinated With The Contractor Or Representative And The Facility Boiler Plant Shop, Boiler Plant Supervisor, And M&o Supervisor Prior To Working On Or Access To Equipment In Accordance With Vha Directive 1028, Vha Directive 1810, Nfpa 70e, And Facility Loto Program. If Confined Space Permit Will Be Needed, That Request Will Be Coordinated Prior To Inspection With The Contractor Or Representative And The Facility Boiler Plant, Safety Department, Boiler Plant Supervisor, And The M&o Supervisor Prior To Performing Any Confined Space Entry Iaw Facility Confined Space Program. For The Belimed Electric Boilers (sterilizers) Coordination Will Be Required To Be Made Well In Advanced To Coordinate The Belimed Technician And Belimed Controls Technician To Be Onsite And Available Prior To Performing Inspections And Safety Device Testing On The Electric Boilers. Coordination Must Also Be Planned With Both Sps Department And Healthcare Technology Management (htm). For This, We Request That At Minimum, We Receive At Least 30 Days Notice To Provide Proper Coordination Prior To Scheduled Inspections. Identify All Applicable Documents, Regulations, Industry Standards, Va Requirements, Etc. If The Regulation/standard/statute Is Not Readily Available For All Potential Offerors, Provide A Copy Of It So It Can Be Included In The Solicitation And Contract. The Qualified Professional Inspector Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following Codes And Manuals: Vha Boiler And Associated Plant Safety Device Testing Manual, 8th Edition - Vha Boiler And Associated Plant Safety Device Testing Manual 8th Edition | Healthcare Environment And Facilities Programs (va.gov) Vha Directive 1810 Boilers And Boiler Operations Boiler And Boiler Plant Operations | Healthcare Environment And Facilities Programs (va.gov) Vha Directive 1028 Facility Electrical Power Systems Electrical Power Systems (facility) | Healthcare Environment And Facilities Programs (va.gov) Nfpa 70 National Electrical Code (nec) Nfpa 70e Electrical Safety In The Workplace Nfpa 85 Boiler And Combustion Systems Hazards Code Asme Boiler And Pressure Vessel Code Section 1 Power Boilers Section 2 Heating Boilers Section 3 Care And Operation Of Heating Boilers Section 4 Care Of Power Boilers Asme Csd-1 Controls And Safety Devices For Automatically Fired Boilers Asme B31.1 Power Piping Code Ansi/nb-23 National Board Inspection Code Steam, Heating Hot Water, & Outside Distribution Systems Design Manuals - Design Manuals (pg-18-10) - Office Of Construction & Facilities Management (va.gov) Va Steam Boilers Design Manual - Dmsm01.pdf (va.gov) 9. General Requirements It Shall Be Understood That, Throughout Performance Of The Contract, The Contractor S Personnel, While On Va Property, Shall Adhere To All Requirements And Regulations That Govern The Va Health Care System And Its Property. Among All Other Requirements, The Va Health Care System And Its Property Is Now Entirely Smoke-free. 10. National Archives And Records Administration (nara) Records Management Language For Contracts Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c. Chapter 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under Or Relating To This Contract. The Contractor (and Any Subcontractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information. All Interested Companies Shall Provide Quotations For The Following: Supplies/services Line Item Description Quantity Unit Of Measure Unit Price Total Price 0001 Inspection / Testing / Calibration Of Boilers And Da Tank Base Year Contract Period: Base Pop Begin: 11-01-2024 Pop End: 10-31-2025 Principal Naics Code: 238290 - Other Building Equipment Contractors Product/service Code: H244 - Equipment And Materials Testing - Furnace, 1 Yr A001 Emergency Repairs 1 Yr 1001 Inspection / Testing / Calibration Of Boilers And Da Tank Contract Period: Oy 1 Pop Begin: 11-01-2025. Pop End: 10-31-2026 Principal Naics Code: 238290 - Other Building Equipment Contractors Product/service Code: H244 - Equipment And Materials Testing - Furnace, 1 Yr A1001 Emergency Repairs 1 Yr 2001 Inspection / Testing / Calibration Of Boilers And Da Tank Contract Period: Oy 2 Pop Begin: 11-01-2026 Pop End: 10-31-2027 Principal Naics Code: 238290 - Other Building Equipment Contractors Product/service Code: H244 - Equipment And Materials Testing - Furnace, 1 Yr A2001 Emergency Repairs 1 Yr 3001 Inspection / Testing / Calibration Of Boilers And Da Tank Option Year 3 Contract Period: Option 3 Pop Begin: 11-01-2027 Pop End: 10-31-2028 Principal Naics Code: 238290 - Other Building Equipment Contractors Product/service Code: H244 - Equipment And Materials Testing - Furnace, Steam Plant, And Drying Equipment; Nuclear Reactors 1 Yr A3001 Emergency Repairs 1 Yr 4001 Inspection / Testing / Calibration Of Boilers And Da Tank Option Year 4 Contract Period: Option 4 Pop Begin: 11-01-2027 Pop End: 10-31-2028 Principal Naics Code: 238290 - Other Building Equipment Contractors Product/service Code: H244 - Equipment And Materials Testing - Furnace, Steam Plant, And Drying Equipment; Nuclear Reactors 1 Yr A4001 Emergency Repairs 1 Yr Federal Holidays New Year S Day January 01 Martin Luther King S Birthday Third Monday In January President S Day Third Monday In February Memorial Day Last Monday In May Juneteenth June 19 Independence Day July 04 Labor Day First Monday In September Columbus Day Second Monday In October Veterans Day November 11 Thanksgiving Day Fourth Thursday In November Christmas Day December 25 If The Holiday Falls On A Sunday, The Following Monday Will Be Observed As A National Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed As A National Holiday By U.s. Government Agencies, And Any Day Specifically Declared By The President Of The United States Of America. Place Of Performance/place Of Delivery Address: Northern Arizona Va Health Care 500 N. Hwy 89, Bldg 111 & 162 Prescott, Az Postal Code: 86313 Country: United States The Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. The Following Solicitation Provisions Apply To This Acquisition: Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Addendum To Far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services Far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) Far 52.204-7, System For Award Management (oct 2018) Far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) Far 52.217-5, Evaluation Of Options (jul 1990) Vaar 852.239-75, Information And Communication Technology Accessibility Notice (feb 2023) Far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) Far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) Offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) Addendum To Far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services Applies To And Is Included With This Acquisition. Far 52.252-2, Clauses Incorporated By Reference (feb 1998) Far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023) Far 52.204-9, Personal Identity Verification Of Contractor Personnel (jan 2011) Far 52.204-13, System For Award Management Maintenance (oct 2018) Far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) Vaar 852.203-70, Commercial Advertising (may 2018) Vaar 852.204-70, Personal Identity Verification Of Contractor Personnel (may 2020) Far 52.217-8, Option To Extend Services (nov 1999) Far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) Vaar 852.219-75, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction (jan2023)(deviation) Vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) Vaar 852.242-71, Administrative Contracting Officer (oct 2020) Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) The Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (b)(5), (9), (11), (12), (25), (26), (31), (33), (34), (36), (39), (46), (51), (55), (59), (c)(1), (7), And (8). All Invoices From The Contractor Shall Be Submitted Electronically In Accordance With Vaar Clause 852.232-72, Electronic Submission Of Payment Requests. This Is Accomplished Through The Tungsten Network, Located At: Http://www.fsc.va.gov/einvoice.asp. This Is Mandatory And The Sole Method For Submitting Invoices. All Quoters Shall Submit The Following: All Information Required By Far 52.212-1(b) Submission Of Offers. All Quotes Shall Be Sent To The Network Contracting Office (nco), At Marco.ramos1@va.gov. Award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. Options Will Be Evaluated At Time Of Award. The Following Are The Decision Factors: Price, Technical Evaluations, And Past Performance With Price More Important. Past Performance Will Be Based On Cpars And Fapiis Ratings. No Rating In Cpars Is Equal To A Neutral Rating. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." Or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. Submission Of Questions Shall Be Received No Later Than Tuesday, 10/15/2024, 16:00 Pst To Marco.ramos1@@va.gov Only. Subject Line Shall Include Questions To Rfq 36c26225q0047. Submissions Shall Include Your Quote, Using The Attached Schedule, As Well As A Capabilities Statement With Qualifications Proving All Certifications And Education Required For The Work Being Conducted In The Sow. Submissions Not Meeting All Requirements Of The Sow Will Be Considered Ineligible For Award . A Filled-out Far 52.219-75 Must Also Be Included In The Submission Or It Will Be Considered Ineligible For Award . Submission Of Your Response Shall Be Received Not Later Than Wednesday, 10/23/2024, 16:00 Pst At Marco.ramos1@va.gov Only. Subject Line Shall Include Response To Rfq 36c26225q0047. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). Any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. Point Of Contact Marco Ramos Contracting Specialist Marco.ramos1@va.gov
Closing Soon23 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Energy, Oil and Gas...+2Solar Installation and Products, Electrical and Electronics
United States
Details: Advanced Research Announcement (ara) fa9451-21-s-0001 directed Energy Technology Experimentation Research (deter) air Force Research Laboratory/directed Energy Directorate naics Code: The Naics Code For This Acquisition Is 541715 For Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology), And The Small Business Size Standard Is 1,000 Employees federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland Afb Nm (afrl/rd) ara Title: Directed Energy Technology Experimentation Research Announcement (deter) ara Type: This Is An Open Ara With Calls; Initial Announcement ara Number: Fa9451-21-s-0001 program Summary: this Is An Open Ara Announcement Pursuant To The Authority Of 10 U.s.c. §4023 (formerly 10 U.s.c. §2373). Afrl/rd Is Interested In Receiving White Papers And Proposals Through A Two-step Process To Perform Research And Development (r&d), Modeling And Simulation (m&s), Design, Component/subsystem, Prototype Risk Reduction, Fabrication/purchase, Assembly, Integration, And Testing Of Directed Energy Source Components (to Include Spares And Alternate Component Technologies), And/or Systems And Any Required Accessories, Materials, And Supplies For Laboratory Research And Experimentation And Field Trials In A Relevant Environment To Demonstrate System Capabilities. Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged. *note: Afrl/rd Reserves The Right To Collapse A White Paper/two-step Into A One-step If The Situation Warrants The White Paper Contains Sufficient Technical Detail To Do Full Technical Proposal Evaluation Instead Of White Paper Evaluation. *please See The Attached Deter Industry User Guide For Guidance On Definitions, Processes, Submission Requirements And Evaluation Criteria.* background: Afrl/rd Equips The Joint Warfighter With Next-generation Technologies, Advanced Concepts, And Weapon System Options Across All Operational Domains To Become More Agile And Increase The Commercialization Potential Of Directed Energy Investments To Ensure The National Defense. this Solicitation Intends To Use Acquisition Authorities Provided By 10 U.s.c. §4023 (formerly 10 U.s.c. §2373). This Authority Applies To Acquisition Of Items Related To “…ordnance, Signal, Chemical Activity, Transportation, Energy, Medical, Space-flight, And Aeronautical Supplies, Including Parts And Accessories, And Designs Thereof, That Are Necessary For Experimental Or Test Purposes In The Development Of The Best Supplies That Are Needed For The National Defense.” Consequently, White Papers And Proposals Should Address How The Proposed Effort Provides Benefits To The National Defense And A Strategy For Verifying Those Intended Benefits. the Proposed Solutions Should Be Innovative And Substantially Improve National Defense Capabilities Across The Domains Of Directed Energy. While The Government Describes Discrete Topic Areas Below, It Also Anticipates That Certain Comprehensive Technology Solutions And Prototypes May Require Multidiscipline Approaches That Address Two Or More Topic Areas. The Topic Areas Are Covered Under This Announcement, Which May Be Used In Any Combination. The Government Reserves The Right To Add, Delete Or Modify The Topic Areas As Necessary. communication Between Prospective Offerors And Government Representatives: Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged Throughout The Life Of This Ara. However, Communication Will Be Limited Once Full-proposals Are Submitted For Evaluation/review. Prospective Offerors Are Welcome To Request Sit-downs And Provide Demonstrations Of Their Capabilities. Discussions Shall Not Constitute A Commitment By The Government To Subsequently Fund Or Award Any Proposed Effort. No Guidance Related To Technical Approach Will Be Given. However, Questions Related To The Objectives Of The Effort Or Prior Similar Efforts May Be Answered. Offerors Are Advised That Only Contracting Officers Are Legally Authorized To Contractually Bind Or Otherwise Commit The Government. this Will Be A Hybrid Announcement: This Announcement Has An Open Request For White Papers As Described Below. Calls May Be Issued Under This Announcement For Discrete Requirements. Call Types Can Vary And May Include, But Are Not Limited To, One-step, Two-step, Open, Closed, Staggered, Limited Calls Or Any Combination Therein. Afrl/rd Reserves The Right To Collapse A White Paper/two-step Into A One-step If The Situation Warrants The White Paper Contains Sufficient Technical Detail To Do Full Technical Proposal Evaluation Instead Of White Paper Evaluation. open Announcement Request: Afrl/rd Kirtland Air Force Base Is Soliciting White Papers On The Research Effort Described In The Below Topic Areas Pursuant To The Authority Of 10 U.s.c. §4023 (formerly 10 U.s.c. §2373), Procurement For Experimental Purposes. open Announcement Submission: White Papers Must Be Submitted To Https://usg.valideval.com/teams/deter/signup. If It Is Determined That A Classified White Paper Is Required, Please Do Not Deliver Any Classified Portion Of The White Paper, But Rather Contact The Deter Org Mailbox For Specific Delivery Instructions. Further Instructions For White Paper Submission Can Be Found In The Deter Industry User Guide Attached To This Announcement. call Request: Calls, Other Than Limited Calls, Will Be Issued Under This Announcement Via The Government Point Of Entry (gpe) At Https://beta.sam.gov. Notification Of Calls May Be Announced On Other Platforms (i.e. Www.grants.gov) And Will Direct Offerors To The Gpe For Full Solicitation Details. call Submission: Submission Requirements For Calls Will Be Specified In The Solicitation Documentation Of Each Call. call Variations: Variations Of The Ara Call Process Are Available For Use. The Following Types Are Commonly Used, But Are Not Considered All Inclusive. one-step: The One-step Process Is Used To Request Full Technical And Cost Proposals From Each Offeror. The Proposals Are Reviewed In Accordance With The Solicitation Criteria And Typically All Of A Selected Proposal, Part Of A Selected Proposal, Or None Of The Proposals May Be Selected For Award. two-step: The Two-step Process Is Sometimes Used When A Large Number Of Proposals Are Anticipated. Potential Offerors Are Invited To Submit Brief Descriptive White Papers In Lieu Of Full Proposals. The Call Must State Whether An Unfavorable White Paper Review Will Bar The Offeror From Further Consideration. The Government May Retain Unselected White Papers For A Specific Period Of Time, Which Will Be Identified In The Solicitation. Full Proposals Are Requested From Those Offerors Selected In The White Paper Review Process. After Proposals Are Received, They Are Reviewed Consistent With The Process For One-step Aras. open Call: This Approach Allows For White Paper And/or Proposal Submittals At Any Time Within A Specified Period. Open Calls Will Be Updated No Less Frequently Than Annually. White Papers/proposals Are Reviewed When Received During The Period That The Ara Is Open. closed Call: This Approach Allows For White Paper And/or Proposal Submittals At A Specified Date And Time As Set Forth In The Ara. staggered-closed Call: The Staggered-closed Call States A Specified Date And Time For Receipt Of Proposals Or White Papers, But Also Allows For Proposals/white Papers After The Date And Time Set For Proposal Receipt. All Offerors Should Be Cautioned, However, That The Likelihood Of Funding Proposals Received After The Specified Date And Time Is Substantially Reduced. limited Call: This Approach Allows For Solicitation To A Limited Group Of Potential Offerors. Request For Proposals (rfp) Or Requests For White Papers Will Be Issued Directly To Potential Offerors Without A Requirement To Publish To The Gpe. the Government May Issue Solicitations That Combine One Or More Of The Above Approaches. open Announcement Modifications: Due To The Dynamically Evolving Nature Of Us Warfighter Directed Energy Needs, This Announcement Is Subject To Updates, Revisions, Or Additional Topic Areas. Therefore, Offerors Are Highly Encouraged To Continually Monitor Https://beta.sam.gov To Ensure They Receive The Latest Guidance For This Announcement. The Government Shall Provide Updates To This Announcement No Less Than Annually. Updates May Include Changes To: Topic Areas, Submission Requirements, Administrative Changes, Evaluation Criteria, Solicitation Methods, Etc. (not An Inclusive List). type Of Contract/instrument: The Air Force Reserves The Right To Award The Instrument Best Suited To The Nature Of The Research Proposed. Accordingly, The Government May Award Any Appropriate Contract/instrument Type Under The Authorities Below: federal Acquisition Regulation (far) 10 U.s.c. §4021 (formerly 10 U.s.c. §2371) "other Transaction For Research 10 U.s.c. §4022 (formerly 10 U.s.c. §2371b) "other Transaction For Prototype" 10 U.s.c. §4023 (formerly 10 U.s.c. §2373) "procurement For Experimental Purposes" 10 U.s.c. §4025 (formerly 10 U.s.c. §2374) "prize Competitions" dod Grant And Agreement Regulation (dodgars) the Government Anticipates That A Mix Of Contract/instrument Types Will Be Used Throughout The Life Of This Ara. Generally, Awards Under This Announcement Or Any Calls May Be Cost-plus-fixed Fee (completion And Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, Etc. note: If Proposing A Federal Acquisition Regulation (far) Type Contract, The Far Clauses Will Be Referenced At The Call Level Or Within The Request For Proposal. The Far And Supplement Provisions And Clauses Are Incorporated By Reference. The Full Text Of These Provisions And Clauses Can Be Found At Https://www.acquisition.gov. if Proposing An Assistance Instrument (grants Or Cooperative Agreements) Then Articles And Guidance Found Under Dodgars, Code Of Federal Regulations (cfr) And Omb/dod Policy Shall Be Used And Followed As Appropriate. if Proposing An Other Transaction (ot) These Far References And Clauses Would Not Apply. The Terms And Conditions Of An Ot Agreement Should Be Developed And Negotiated On A Case-by-case Basis. estimated Program Cost: The Overarching Announcement Has An Unrestricted Ceiling. However, Individual Calls May Elect To Provide An Estimated Program Value Or Funding Profile For Planning Purposes. anticipated Number Of Awards: The Air Force Anticipates Awarding Multiple Awards For This Announcement. However, The Air Force Reserves The Right To Award Zero, One, Or More Agreements, Other Transactions, Or Contracts For All, Some Or None Of The Solicited Effort Based On The Offeror’s Ability To Perform Desired Work And Funding Availability. There Is No Limit On The Number Of Awards That May Be Made To An Individual Offeror. schedule: The Anticipated Period Of Performance Will Be Determined Through Dialogue Between Prospective Offerors And Government Representatives For Each Topic Area And Specified In Each Individual Award. deliverables: Hardware And Software Deliverables Will Be Specified Within A Separately Priced Line Items And Data Deliverables Will Be Specified On Individual Cdrl(s) In Any Resultant Contract Or An Ot Article. within Scope Award Modifications: Offerors Are Advised That Due To The Inherent Uncertainty Of Research And Development Efforts, Awards Resulting From This Announcement May Be Modified During Performance To Make Within Scope Changes, To Include But Not Limited To, Modifications Which Increase Overall Contract/award Ceiling Amount. system For Award Management (sam) Registration: Before The Government Can Issue An Award, An Offeror Must Be Registered In The System For Award Management (sam). If An Offeror Was Previously Registered In Central Contractor Registration (ccr), The Information Has Been Transferred To Sam. However, It Is In The Offeror’s Interest To Visit Sam And Ensure That All Of Their Data Is Up To Date From Sam And Other Databases To Avoid Delay In Award. Sam Replaced Ccr, Online Representations And Certifications Application (orca), And The Excluded Parties List System (epls). Sam Allows Firms Interested In Conducting Business With The Federal Government To Provide Basic Information On Business Capabilities And Financial Information. To Register, Visit Https://www.sam.gov. science & Technology (s&t) Program Protection: Offerors That Are Submitting Proposal Responses Only (not Required For Submission Of White Papers) Shall Submit As A Part Of The Proposal Submission 1.) A Completed Standard Form (sf 424), Research And Related Senior/key Person Profile (expanded) Form (see Attachments) For All Senior/key Personnel Proposed; And, 2.) A Completed Security Program Questionnaire (see Attachments). Offerors May Be Asked To Provide A Mitigation Plan For Any Identified S&t Protection Risks. The Government Reserves The Right To Determine An Offeror Unawardable On The Grounds Of Unacceptable S&t Protection Risk Based On Its Review Of The Sf 424 And Security Program Questionnaire. by Submitting A Proposal, The Offeror Certifies That It Is In Compliance With Section 223(a) Of The William M. (mac) Thornberry National Defense Authorization Act For Fiscal Year 2021 Which Requires That: (a) The Principal Investigator (pi) And Other Key Personnel Certify That The Current And Pending Support Provided On The Proposal Is Current, Accurate And Complete; (b) Agree To Update Such Disclosure At The Request Of The Agency Prior To The Award Of Support And At Any Subsequent Time The Agency Determines Appropriate During The Term Of The Award; And (c) The Pi And Other Key Personnel Have Been Made Aware Of The Requirements Under Section 223(a)(1) Of This Act. I Am Aware That Any False, Fictitious, Or Fraudulent Statements Or Claims May Subject Me To Criminal, Civil, Or Administrative Penalties. (u.s. Code, Title 218, Section 1001). announcement Period: The Overarching Announcement Has No End Date And Is Considered To Be In Effect Until Further Closed Or Rescinded. open Announcement Points Of Contact: address Technical Questions To The Deter Org Mailbox (afrl.deter.ara@us.af.mil) address Announcement Questions To The Deter Org Mailbox (afrl.deter.ara@us.af.mil) Attention Of: primary: Mr. Bill Sherrod, Afrl/rdk note: Call Points Of Contact Will Be Specified At The Call Level.   topic Areas 1. Directed Energy (de) Sources this Category Of Supplies Covers Research, Development And Testing For All Directed Energy Sources In The Near-term And Far-term In Support Of National Defense. This Area Covers The Design, Component/subsystem, Prototype Risk Reduction, Fabrication/purchase, Assembly, Integration, And Testing Of Directed Energy Source Components (to Include Spares And Alternate Component Technologies), And/or Systems And Any Required Accessories, Materials, And Supplies For Laboratory Research And Experimentation And Field Trials In A Relevant Environment To Demonstrate System Capabilities. Systems May Also Be Hardened To Meet Specific Requirements Imposed For Operations In Any Domain To Include Ground/sea, Airborne, And/or Space. This Area Also Covers The Redesign, Refurbishment, Modification, And/or Upgrade Of Existing Sources, If Required, To Support Laboratory Experimentation, Field Or Flight Trials, And/or Demonstrations. examples Of Directed Energy Sources Include, But Are Not Limited To: a. Laser Sources b. High Power Electromagnetic (hpem) Sources 2. Acquisition Tracking Pointing (atp), Beam Control (bc) And Atmospheric Compensation (ac) Systems this Area Covers The Design, Component/subsystem Prototype Risk Reduction, Fabrication/purchase, Assembly, Integration, And Testing Of Any Hardware, Sensors, Control Electronics, And Software/firmware Required To Develop Atp, Bc And Ac Systems To Control The Propagation Of Directed Energy So As To Maximize Energy/irradiance On Target. This Area Also Includes Any Required Accessories, Materials, Supplies, And/or Services Necessary To Conduct Laboratory Experimentation And Field Trials In A Relevant Environment To Demonstrate System Capabilities. Systems May Also Be Hardened To Meet Specific Requirements Imposed For Operations In Any Domain To Include Ground/sea, Airborne, And/or Space. 3. De Weapon Systems this Area Covers The Design, Component/subsystem Prototype Risk Reduction, Fabrication/purchase, Assembly, Integration, And Testing Of De Weapon Components And Systems, Diagnostics, Accessories, Materials, Supplies, And Services Necessary To Build/integrate Complete Weapon Systems For Laboratory Research, Experimentation And Field Trials In A Relevant Environment To Demonstrate System Capabilities. Systems May Also Be Hardened To Meet Specific Requirements Imposed For Operations In Any Domain To Include Ground/sea, Airborne, And/or Space. Systems Engineering Design/analysis And/or Trade Studies Are Relevant In Regards To Size, Weight, And Power (swap). specific Topics Of Interest Include The Following Areas: a. Feasibility Studies Of Innovative Hpem Applications b. Integration Of Disparate Technologies For The Fielding Of New Hpem Systems And Weapons c. Identification And Quantification Of Useful -hpem Effects d. Development Of Hpem Sources That Have A Role In Future Applications e. System Integration And Demonstration Of Future Hpem Capabilities f. Power Subsystems g. Thermal Management Subsystems h. Command And Control Subsystems i. Platform Integration j. Detection, Targeting And Tracking Subsystems k. Dotmlpf-p Studies And Experimentation l. Conops, Conemps, Ttp Development And Experimentation m. Performance Enhancement Technologies For Existing Systems 4. De Effects Testing provide Testing Of Materials, Components, Subsystems, And Systems To Determine The Vulnerability, Susceptibility, And Accessibility Of Potential De Targets To De Exposure. This Includes The Design, Component/subsystem Prototype Risk Reduction, Fabrication/purchase, Assembly, Integration, And Testing Of Unique De Components, Sources, And Systems And Any Required Diagnostic And/or Special Test Equipment/tooling And Materials Necessary To Conduct De-material Interaction Physics Experimentation To Establish The Efficacy Of De Waveforms To Support The Development Of De Weapons System Requirements And/or Assessment Of Proposed De Weapon Systems. Develop Survivability Requirements And Recommendations For Space Systems And Support Vulnerability Predictions. 5. Modeling, Simulation And Analysis (ms&a) this Area Covers The Development/procurement, Testing, Maintenance, Modification, Upgrade/reuse, And Execution Of Scientific Modeling, Simulation And Analysis Software And Requisite It Hardware Systems Necessary To Efficiently Execute Software To Support De Weapon System Design, Development, Testing, And Data Analysis Of Test Results. This Includes Campaign-level, Engagement-level, System, And Component-level Ms&a Codes To Create Test Scenarios, Assess Design Reference Mission Compliance, Provide Pre-test Predictions, And Conduct Post-test Assessment Of System Performance. In Addition, Sound Principles For Software Engineering And Development Must Be Employed For All Developed Software And Documentation. Robust Software Testing, Validation, And Verification Are Critical To Software Development Efforts. As Appropriate, Software Must Scale To Large Simulation Sizes And Be Portable To Massively Parallel Computer Architecture. Ms&a Software May Include Fast Running Engineering Codes And Detailed Physics Modeling Codes. examples Of Ms&a Sub-topic Areas Include, But Are Not Limited To: a. De System Performance Ms&a b. De System Effects Ms&a c. De System Target Assessment d. De System Biosafety And Biological Effects e. De Source And Component Virtual Design f. Satellite Signatures And Radiometric/photometric Assessments Of Space Objects. g. Assess Electro-optical Space Domain Awareness (sda) Systems And Architectures. h. Space System Functional Modeling And Response i. Conduct Space Domain Awareness In Non-traditional Orbits j. Quantify Safe Operating Conditions For Lasers Operating Through The Atmosphere And Space 6. Wargaming this Area Covers The Development/procurement, Testing, Maintenance, Modification, Upgrade/reuse, And Execution Of Wargaming And Scientific Modeling, Simulation And Analysis Software And Their Requisite It Hardware Systems Necessary To Efficiently Execute This Software To Support De Weapon System Design, Development, Testing, And Data Analysis Of Wargaming Results. This Includes Campaign-level, Engagement-level, System, And Component-level Wargaming Ms&a Codes To Create Test Scenarios, Assess Design Reference Mission Compliance, Provide Pre-test Predictions, And Conduct Post-test Assessment Of System Performance. In Addition, Sound Principles For Software Engineering And Development Must Be Employed For All Developed Software And Documentation. Robust Software Testing, Validation, And Verification Are Critical To Software Development Efforts. As Appropriate, Software Must Scale To Large Wargaming And Simulation Sizes And Be Portable To Massively Parallel Computer Architecture. Wargaming Ms&a Software May Include Fast Running Engineering Codes And Detailed Physics Modeling Codes. Additionally, The Wargaming Area Should Provide General Wargaming Support To Include De Wargame Planning, Table Top, Ms&a, And Field Execution, And Wargame Reporting. In Addition, Provide Required Hardware, Software/firmware, Accessories, Materials, Supplies, Infrastructure, Diagnostics, Targets, Safety Equipment, And Services Necessary To Conduct Wargame Research, Experiments, Field And/or Range Testing Of De Components, Subsystems, Systems And Demonstrations Under Operationally Relevant Conditions. 7. Innovative Space Domain Awareness provide Basic & Applied Research, Algorithms, Software/firmware, Materials, Supplies, And Services Necessary To Conduct Technology Maturation For Ground-based Surveillance Of Space Objects. Examples Include, But Are Not Limited To: a. Closely-spaced Object Detection And Characterization. b. Daytime Detection And Custody Of Satellites. c. Orbit Determination Techniques And Algorithms For Satellites Significantly Affected By Lunar And Solar Gravity. d. Rapid, On-demand Orbit Determination. e. Extremely Wide Field-of-view Image Exploitation For Satellite Discovery And Custody. f. Multi-phenomenology Sensor Integration (e.g. Optical, Radar, Passive Radiofrequency). g. Active Optical Techniques For Satellite Ranging And Characterization (e.g. Lidar, Ladar). h. Sharp Imaging Of Satellites Through The Atmosphere At Low Elevation Angles. i. Characterization Of Atmospheric Deep Turbulence For Image Restoration. j. Techniques, Algorithms, Architecture Designs, Etc. For Collaborative Autonomous Telescope Networks. k. Multispectral, Hyperspectral, And Polarimetric Characterization Of Space Objects. l. Techniques To Improve And Exploit Short- And Long-wave Infrared Characterization Of Space Objects. m. Machine Learning Algorithms To Advance The State-of-the-art In Areas Such As: • Point Spread Function Correction. • Space Object Image Classification Using Resolved Or Non-resolved Sensor Imagery. • Uncorrelated Track Association. • Space Object Feature Identification, Model Inference, And Attitude Regression. • Space Object Detection In Noisy Image Backgrounds. • Generation Of Realistic Space Scene Imagery / Discernment Of Real Vs. Synthetic. • Detection Of Subtle, Unique Image Artefacts Of Interest In A Large Dataset. 8. Experiments, Testing And Demonstrations provide General And Specialized Test Support To Include De Test Planning, Laboratory And Field Demonstration, And Reporting. Provide Required Hardware, Software/firmware, Accessories, Materials, Supplies, Infrastructure, Diagnostics, Targets, Safety Equipment, And Services Necessary To Conduct Testing Of De Components, Subsystems, Systems, And Demonstrations Under Operationally Relevant Conditions. 9. Laboratory Materials, Supplies And Services In Support Of Experimentation provide Required Ancillary Support Systems, Equipment, Materials, Supplies, Infrastructure, And Services Necessary To Support The Development, Operation, Maintenance, And Testing Required To Evaluate De Through Experimentation In The Laboratory And Field During Trials Or Flight/range Testing. Examples Include, But Are Not Limited To: a. Clean Rooms, Anechoic Chambers And Necessary Equipment, Materials, Supplies And/or Services To Support All Aspects Of De Source Development, Laboratory Experimentation, And Field Trials. b. Diagnostic And/or Special Test Equipment/tooling Required For: • Quality Assurance Of Components Used In The Fabrication Of De Sources • Damage Assessments And Root Cause Analysis Of Component, Subsystem And System Failures • Characterization Of Target Physical, Chemical, And Electromagnetic Properties • Fabrication, Assembly, Integration, Testing, Operation And Maintenance Of De Sources • Direct/indirect Measurements Of De Source Performance c. Power Systems Required To Operate The Source And Any Required Ancillary Equipment Or Services Necessary To Install, Operate And/or Maintain These Systems d. Unique Chemicals To Operate, Clean, And/or Maintain Direct Energy Systems And/or Laboratory Facilities Used For Directed Energy Experimentation As Well As Any Required Materials, Accessories Or Services Required For Safe Storage, Use, Operations, And Proper Disposal Of Any Hazardous Materials e. Thermal Management Components And Systems, To Include System-level And Facility-level Systems, Necessary To Support Safe Operations Of De Sources. This Includes Materials, Supplies, Accessories, Services And/or Any Support Required For Safe Operations And Maintenance Of The System As Well As Proper Disposal Of Hazardous Materials/waste. f. Any Required Safety Related Items Necessary To Fabricate, Assemble, Integrate, Test, Operate And Maintain Directed Energy Sources. g. Transportation: This Area Covers All Transportation, To And From, Various Research Facilities And Sites To Conduct Field And/or Flight Experimentation, Testing And/or Trials Of Directed Energy Components, Sub-systems And Systems And Demonstrations. This Includes Such Items As Associated Support/handling Equipment, Special Test Equipment/tooling, Spares, And Diagnostic/testing Equipment. Specialized Transportation Requirements May Include: Design, Fabrication And/or Purchase Of Specialized Packaging, Crating, Enclosures, Trailers, And/or Vehicles From Which The Transported Item(s) Will Be Operated/maintained To Conduct Experimentation, Testing And/or Trials Outside Of Traditional Laboratory Spaces. Additionally, This Area Covers Aspects Of Safe Transportation To And From Remote Field Locations, Department Of Defense Test Ranges, And Installations In Support Of Field And/or Flight Experimentation, Testing And/or Trials. ***updates As Of 09 Dec 2021*** a) Deter Industry User Guide, Amendment 02 Updateto Section 2.b., White Papers Shall Be Submitted Using The Following Link Https://usg.valideval.com/teams/deter/signuppapers Update To Section 2.c.2. b) Deter White Paper Cover Sheet, Attachment 1, Amendment 1 ***updates As Of 06 Jan 2022*** Corrects The Valid Eval Web Address In The Open Announcement Description Above From: Https://usg.valideval.com/teams/deter/signuppapers To: Https://usg.valideval.com/teams/deter/signup ***updates As Of 11 Aug 2022*** a.) Update Statute Renumbering Throughout Deter Ara And Industry Guide 10 U.s.c. §4021 (formerly 10 U.s.c. §2371) "other Transaction For Research 10 U.s.c. §4022 (formerly 10 U.s.c. §2371b) "other Transaction For Prototype" 10 U.s.c. §4023 (formerly 10 U.s.c. §2373) "procurement For Experimental Purposes" 10 U.s.c. §4025 (formerly 10 U.s.c. §2374) "prize Competitions" b.) Update Deter Contracting Points Of Contact primary: Mr. Bill Sherrod, Afrl/rdk c.) Include Requirement For Science & Technology (s&t) Program Protection all Proposal Responses (not Required For White Paper Submission) Are Required To Submit The Following With All Responses: 1.) A Sf424 (research And Related Senior/key Person Profile)(see Attachments), And 2.) Completed Program Security Questionnaire (see Attachments) d.) Request For 500 Word Abstract On White Paper Submissions offerors Shall Include A Short 500 Word Abstract As A Part Of The White Paper Narrative That Broadly Describes The Fundamental Intent Of The Proposed Effort Along With The Intended Approach. e.) Duplicate White Paper Submissions offerors Advised That Duplicate White Paper Submissions Within The Same 12 Month Timeframe Will Not Be Separately Evaluated. Please Do Not Submit Duplicate White Paper Submissions Within The Same 12 Month Period. ***updates As Of 08 Oct 2024*** a.) Summary Of Awards: below Is A Summary Of All Awards Made From Inception (8 Feb 2021) To Date (08 Oct 2024), Under The Deter Ara: 1.) Calls: 15 Calls Have Been Issued Or Are In Progress 13 Awards Have Been Issued Or Are In Progress, With A Combined Value Of $188m 2.) White Paper Open Announcement: 193 White Papers Have Been Received 32 Awards Have Been Issued Or Are In Progress, With A Combined Value Of $165m b.) Updated Evaluation Rubric: slight Changes Have Been Made To The Evaluation Rubric, Which Can Be Found Under The Attached "valid Eval Rubric (version 2.0)". The Updated Evaluation Rubric Will Be Used For All White Paper And Proposal Evaluations Effective Immediately. c.) Afrl Directed Energy -- Virtual Industry Day: date: Wednesday, 6 Nov 2024 location: Virtual Only (tentative Platform: Microsoft Teams Conference) schedule: 0900-1000 Rdl Laser Division Q&a Session 1000-1100 Rds Space Electro-optics Q&a Session 1300-1400 Rdh High Power Electro-magnetics Q&a Session 1400-1500 Rdm Modeling, Simulation & Wargaming Q&a Session discussion Level: Controlled Unclassified Information (cui). Participants Are Required To Have A Current And Active Dd Form 2345 To Access Or Participate In Any Virtual Q&a Session registered Participants May Attend One, Some Or All Of The Q&a Sessions registration Link: Https://forms.osi.apps.mil/r/h8zzpzdnht registration Closes Wednesday, 30 Oct 24 At 1700 Mt. After The Registration Form Is Submitted, Afrl Will Verify The Status Of The Dd Form 2345 And Will Send A Confirmation Email That The Registration Is Complete. A Subsequent Email Will Be Sent No Later Than 4 Nov 2024 With The Links To The Q&a Session.
Closing Date10 Aug 2027
Tender AmountRefer Documents 

Municipality Of Tupi, South Cotabato Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of South Cotabato Bids And Awards Committee Salada Street, Poblaciontupi, South Cotabato Tel. Fax No.: (083) 226-1045 Invitation To Bid For The Supply & Delivery Of Materials For The Construction Of 1 Cl Classroom At Polonuling National High School, Polonuling, Tupi, South Cotabato 1. The Municipality Of Tupi Through The Trust Fund Intends To Apply The Sum Of Php 647,636.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Materials For The Construction Of 1 Cl Classroom At Polonuling National High School, Brgy. Polonuling, Tupi, South Cotabato/itb 048-2023. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Tupi Now Invites Bids For The Construction Materials. Delivery Of Goods Is Required Seven (7) Days After The Signing Of The Contract. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Tupi Bac-secretariat, And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00 Pm, Mondays –fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 12, 2023 To May 22, 2023 From The Bids And Awards Committee-secretariat, Municipality Of Tupi, South Cotabato And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of 1,000.00 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before May 23, 2023, 12:00 Noon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 23, 2023, 2:00 P.m At 2nd Floor Bac Conference Room, Municipal Hall, Tupi, South Cotabato. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipality Of Tupi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Bac Secretariat Tupi Municipal Hall Poblacion, Tupi, South Cotabato Tel No. 083-226-1045x Email: Tupi.bacsecretariat@gmail.com Republic Of The Philippines Province Of South Cotabato Municipality Of Tupi Bids And Awards Committee Invitation To Bid Date: May 9, 2023 Itb No: 048-2023 Please Submit Your Sealed Bids For The Supply And Delivery Of Materials For The Construction Of 1 Cl Classroom At Polonuling National High School, Polonuling, Tupi, South Cotabato Listed Below At The Bac Secretariat Office On Or Before The Opening Of Bids On May 23, 2023 At 2:00 P.m. Note: 1. Abc= Php 647,636.00 2. All Entries Must Be Typewritten/printed Ligibly. Avoid Erasures. 3. Delivery Period Within __ Calendar Days. 4. Warranty Shall Be For A Period Of One (1) Year From The Date Of Acceptance By The Procuring Entity. 5. Bids Shall Be Accompanied By Bond In The Form Of Cash, Manager's Check Equal To 2% Or Surety Bond Equal To 5% Of The Approved Budget For The Contract Or A Bid Securing Declaration. 6. Bidders Shall Submit Original Brochures Showing Certifications Of Product Being Offered. Item No. Item & Description Qty Unit Unit Price Total Amount 1. Cement 330 Bags 2. Washed Sand 30 Cu.m 3. 3/4 Gravel 18 Cu.m 4. 16mm Diam. Rsb 58 Lnght 5. 12mm Diam. Rsb 96 Lnght 6. 10mm Diam Rsb 228 Lngth 7. # 16 Tie Wire 64 Kgs 8. 10cmx20x40cm Chb 2000 Pcs 9. Cutting Dist 50 Pcs 10. Diamond Cutting Disk 4 Pcs 11. 150pcs, 2x2x12 Coco Lumber 300 Bd.ft 12. 150pcs, 2x3x12 Coco Lumber 900 Bd.ft 13. 4x8x10mm Thk. Ordinary Plyboard 10 Shts 14. 4" Cw Nails 25 Kls 15. 3" Cw Nails 25 Kls 16. 2 1/2" Cw Nails 25 Kls 17. 1 1/2" Cw Nails 25 Kls 18. 4" Concrete Nails 5 Kgs 19. 2"x2"x3/16 Angle Bar 2 Length 20. 2"x4"x1.20mm Thick C-purlins 49 Length 21. 2"x3"x1.20mm Thick C-purlins 17 Length 22. Ga 24x8' Corrugated G.i Sheet 44 Ln.m 23. Ga 24x12' Corrugated G.i Sheet 10 Ln.m 24. Roofgard (foam Green Color) 4 Pail 25. 2" Teckscrew 400 Pcs 26. 0.40mm Thick Pre-fab. Ridge Roll 5 Pcs 27. 0.40mm Thick Pre-fab. Gutter 10 Pcs 28. 0.40mm Thick Pre-fab. Flashing 11 Pcs 29. 1/8x7/8 Rivets @ 250pcs/box 25 Box 30. 1611 Welding Rod @ 5kls/box 3 Box 31. Red Oxide 1 Pail 32. Paint Thinner 10 Gal. 33. 4" Paint Brush 6 Pcs 34. Water Closet Set Heavy Duty Veronica White Package Model (including Soap & Tissue Holder ) With Complete Accessories 2 Set 35. 4" Dia.x 3m S1000 Pvc Pipe 3 Pcs. 36. 4" Dia. S1000 Pvc Wye 3 Pcs. 37. 4" Dia. S1000 Pvc Elbow 90˚ 4 Pcs. 38. 4" Dia. S1000 Pvc U-trap 2 Pcs. 39. 4" S1000 Pvc Clean Out W/ Plug 4 Pc. 40. 3" Dia. S1000 Pvc Pipe 6 Lengths 41. 3" Dia. S1000 Pvc Elbow 90˚ 3 Pcs. 42. 3" Dia. S1000 Pvc Wye 3 Lengths 43. 3" Dia. S1000 Pvc U-trap 2 Pcs. 44. 3" Dia. S1000 Pvc Tee 2 Pcs. 45. 4" Dia.x 2" S1000 Pvc Tee Reducer 2 Pcs 46. 3" Dia.x 2" S1000 Pvc Tee Reducer 2 Pcs 47. 2" Dia. S1000 Pvc Tee 2 Pcs 48. 4"x4" Stainless Floor Drain 2 Lengths 49. 1/2" Dia. Gooseneck Faucet (hd) 2 Pcs. 50. 1/2" Dia. Upvc Pipe 4 Lengths 51. 1/2" Dia. Upvc Tee 2 Pc. 52. 1/2" Dia. Upvc Elbow 90˚ 6 Pcs. 53. 1/2" Dia. Upvc Coupling 8 Pcs. 54. 1/2" Dia. Upvc Female Threaded Adaptor 4 Pcs. 55. 1/2" Dia. Upvc Cup Plug 2 Pcs. 56. Cement Solvent 5 Can 57. 4" X 4" Junction Box 8 Set 58. 32mm Ø Electrical Pvc Conduit Pipe 2 Lengths 59. 20mm Ø Electrical Pvc Conduit Pipe 5 Lengths 60. 20mm Ø Electrical Pvc Elbow 2 Pcs 61. Flexible Hose # 1/2 1 Rolls 62. 30mm2 Thhn Copper Wire 3 M 63. #12 Thhn Copper Wire 1 Rolls 64. #14 Thhn Copper Wire 1 Rolls 65. 1 Gang Switch With Luminous Light On Switch 2 Sets 66. 3 Gang Switch With Luminous Light On Switch 2 Sets 67. 3 Gang Convenience Outlet (flush Type) 3 Sets 68. 6" Square Ultra Thin Downlight 20w Wide Beam Angle 10 Sets 69. 2- 18w Led Parabolic Louver Lights (day Light) 2 Sets 70. Entrance Cap 3/4 1 Pcs 71. Straight Connector 1 Pc 72. 6 Branches Panel Board 1 Set 73. Circuit Breaker 15 Amps (plug-in Type) 2 Pc 74. Circuit Breaker 20 Amps (plug-in Type) 1 Pcs 75. Circuit Breaker 60 Amps (plug-in Type) 1 Pcs 76. Electrical Tape (big) 5 Pcs 77. 0.90mx2.1m Flash Door W/ Jamb (pre Painted, Palmyra Green) 2 Set 78. 4"x4" Hinges 8 Set 79. Kwikset Door Knob 4 Set 80. 0.6mx6' Pvc Door W/ Complete Accessories 2 Set 81. 1.30mx4.90m White Board With Frame (for Classroom Used)(including Installation On Site) 1 Set 82. 0.60mx1.20m Jalousie Window W/ Aluminum Frame 11 Set 83. 0.60mx0.60m Awning Type Window 2 Set 84. 12mm Diameter Squareplain Bar 20 Length 85. Metal Primer (color Black) 1 Gal. 86. #6 Tox Screw 30 Pcs 87. #6 Screw 30 Pcs 88. 30cmx60cm Glazed Tiles Wall Tiles 95 Pcs 89. 30cmx60cm Unglazed Tiles Floor Tiles 25 Pcs 90. Tile Grout(white Color) 43 Kg 91. Tile Adhesive (25kg/bag) 10 Bags 92. Aluminum Tile Trim Corner 8 Length 93. Concrete Neutralizer 1 Pail 94. Acretex Primer 4 Pail 95. Acretex Top Coat (beige, Light Shade) 4 Pail 96. Acretex Top Coat (beige, Very Light Shade) 2 Pail 97. # 120 Sand Paper 30 Pcs 98. # 100 Sand Paper 30 Pcs 99. 10" Paint Roller With Pan 6 Set 100. # 2 Paint Brush 4 Pcs 101. # 4 Paint Brush 4 Pcs 102. White Flat Enamel Paint 2 Pail 103. Quick Fry Enamil Semi Gloss (foam Green Color) 2 Gal. 104. Skimcaot 8 Bags 105. Polituff (body Filler) 8 Gal. 106. 6" Putty Knife 6 Pcs 107. 19mm X 50mm X .40mm Thk X 5m Double Furring Ceiling Joist 70 Length 108. 12mm X 38mm X .80mm Thk X 5m Carrying Channel 80 Length 109. 25mm X 25mm X 3.00mm X 2.40m Wall Angle 36 Length 110. 5mm Thk Cement Board 45 Sheet 111. Wooden Airvent With Fine Mosquito Screen Fillings (.30m X 1.20m) 4 Pcs 112. W Clip For Metal Furring 368 Pcs 113. Exhaust Fan 2 Set 114. Earthfill 30 Cu.m 115. #30 Drill Bit 10 Pcs ******************************************** Total Amount Of Bid In Figures: Php _____________________________________________________ Total Amount Of Bid In Words:_________________________________________________________ For: Supply And Delivery Of Materials For The Construction Of 1 Cl Classroom At Polonuling National High School, Polonuling, Tupi, South Cotabato Place Of Delivery: Lgu-tupi, South Cotabato/mpdo Delivery Period : _____________________ Warranty : _____________________ Price Validity : _____________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Tel.no./cellphone No. E-mail Address Sgd Arnen L. Kasan Mgdh-mbo Bac Chairperson
Closing Date12 Nov 2028
Tender AmountPHP 647.6 K (USD 11.2 K)

DEFENSE LOGISTICS AGENCY USA Tender

Corrigendum : Closing Date Modified
United States
Details: Added September 23, 2024 -the Current Drawing Information For The Estimated Price Evaluation Listing (pel) Is Found On Cfolders (https://pcf1x.bsm.dla.mil/cfolders/) Located On The Dla Internet Bid Board System (dibbs) Under The Solicitation Number Spe7lx-21-r-0071 In Folder 027. The Estimated Pel Is Described Below. The Current Drawing Information Is The Best Information Available At This Time. The Drawing Information Is Subject To Change And May Be Updated Prior To Solicitation. The Drawing Information Is For Market Research Purposes Only And Is Not A Purchase Guarantee Of Any Kind. joint Light Tactical Vehicle Competitive Initiative (jltvci) Successor the Government Is Currently Attempting To Identify Offerors Interested In Participating In The Jltvci Successor Program. the Requirements Listed In The Sections Of This Announcement Titled “offeror Minimum Requirements:”, “utilization Of Small Business Concerns:”, And “program Performance Metrics:” Reflect The Jltvci Program’s Current Offeror/participant Requirements. In Addition To Attempting To Identify Offerors Interested In Participating In The Program’s Successor Project, The Government Is Attempting To Gather Information Regarding The Program’s Current Requirements And Interested Offerors’ Ability To Meet The Program’s Requirements. This Information Will Be Used To Determine Whether Or Not Adjustments Will Be Made To The Jltvci Successor Program’s Offeror/participant Requirements. These Program Requirements Are Addressed In The Attached Market Research Questionnaire. please Note, The Government Is Considering Transitioning The Majority Of The Successor Program Support To The Rapid Ordering Catalog (roc) And Reducing The Number Of Individual Fair Opportunity Procurements Made By Competing Individual Purchase Orders. Individual Purchase Order Competitions And The Rapid Ordering Catalog Are Described In Section 2.3.2.1 Of The Current Statement Of Work (sow). The Current Sow Is Attached To This Announcement. The Government Is Also Considering Transitioning The Roc To A Requirements Type (far 16.503) Action. please Review This Announcement, All Announcement Attachments And The Attached Market Research Questionnaire Titled “jltvci-successor-mkt Rsrch Form”. Please Provide Your Company’s Market Research Questionnaire Response To Bret Griffin At Bret.griffin@dla.mil And Robert Harris At Robert.harris@dla.mil. please Note, Any Information Posted In The Sources Sought Including Any Jltvci Program Data, Nsn Data, Approved Source Data, Nsn Listings Or Quantity Estimates Are The Best Information Known At This Time. This Information Is Subject To Change And May Be Updated Prior To Solicitation. This Information Is An Estimate And Is Not A Purchase Guarantee Of Any Kind. The Government Is Not Responsible For Any Action Taken Based On The Information Provided In This Sources Sought. current Program Overview: the Current Joint Light Tactical Vehicle (jltv) Competitive Initiative Contracts Are Five Year Indefinite Delivery, Indefinite Quantity (idiq) Multiple Award Contracts (mac) Supporting A Broad Range Of Jltvs. The Contracts Are Structured With A Three-year Base Period And Two (2) One-year Option Periods. current Program Participants And Basic Contracts Awarded: spe7lx-22-d-0076 (d0076) – Oshkosh – Cage 75q65 spe7lx-22-d-0077 (d0077) – Triman Industries (triman) – Cage 0zbe8 spe7lx-22-d-0078 (d0078) – Aero-tel (aero) – Cage 1kjf2 spe7lx-24-d-0020 (d0020) – Am General (amg) – Cage 34623 spe7lx-24-d-0021 (d0021) – Ruta Supplies (ruta) – Cage 0njt4 spe7lx-24-d-0022 (d0022) – Supplycore (sc) – Cage 4v314 the Current Jltvci Program’s Sow Is Attached To This Announcement. nsn Listing: the Current Jltvci Program (program) Nsn Count Is 7210 Nsns. the Current Jltvci Program Nsns Are Listed In The Excel Attachment Titled “jltvci Program-current Nsn Listing” On The Tab Titled “jltvci Nsn Listing”. please Note Per The Program’s Terms And Conditions, Items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The Current Jltvci Nsn Listing Found In The Attachment Titled “jltvci Program-current Nsn Listing” Is Not The Entire List That May Be Part Of This Procurement But Are The Nsns That Are Known At This Time. an Updated Program Nsn Listing Of All Known Program Nsns May Be Part Of The Solicitation When It Is Issued. it Is Likely, Offerors Will Not Be Required To Provide Pricing For All Program Nsns With Their Initial Offers, Pricing Will Only Be Provided For Nsns Included As Part Of The Price Evaluation List (pel). The Nsns That Will Be Part Of The Pel Will Be Determined At The Time Of The Solicitation. An Estimated Pel Listing Is Found In The Attachment Titled “jltvci Program-current Nsn Listing” On The Tab Titled “estimated Pel Listing”. This Listing Is Provided For Use In This Sources Sought To Allow Interested Parties An Opportunity To Gauge The Solicitation Requirements. additionally, The Current Federal Logistics Information System (flis) Source Data For The Pel Nsns Is Found In The Attachment Titled “jltvci Program-current Nsn Listing” On The Tab Titled “potential Pel Source Listing”. nsns That Are Part Of The Program But Not Included As Part Of The Pel May Be Ordered During The Period Of Performance Via The Jltvci’s Fair Opportunity Procurement Process Outlined In Section 2 Of The Program’s Sow. The Program’s Current Sow Is Attached To This Announcement. offeror Minimum Requirements: 1. All Offerors Must Be Compliant With The Higher-level Quality Standard Ansi/iso/asq(e) Q9001 American National Standard, Quality Management Systems. the Following Is Required At The Solicitation Closure, Cannot Be Cured In Discussions And Will Result In Immediate Removal From Consideration For Award: 1. An Offer For At Least 40% Of The Pel Nsns. 1a. Once Again, As Noted Above, The Pel Nsn Listing Is Not The Entire Listing Of Nsns Potentially Supported By The Program. An Estimated Pel Listing Is Attached To This Notice In The Attachment Titled “jltvci Program-current Nsn Listing” On The Tab Titled “estimated Pel Listing”. 2. System For Award Management (sam) Registration. 3. Export Control/joint Certification Program (jcp) Registration Along With Enhanced Validation (also Known As E-jcp). 4. Access To Cfolders To Obtain The Solicitation’s Technical Data Packages (tdp). utilization Of Small Business Concerns: all Large Businesses Shall Provide A Small Business Participation Commitment Document (sbpcd) That Maintains A Minimum Of Sixty Percent (62%) Of Its Total Awarded Order Dollar Value For Each Contract Year To Small Business. A Small Business Offeror May Meet The Requirement Using Work Performed Itself. program Performance Metrics: quote Rate Metric (section 3.1.1 Of The Sow) - Contractors Must Submit Offers On Fifty Percent (50%) Of The Program’s Fair Opportunity Actions. on-time Delivery (section 3.1.2 Of The Sow) - The Contractor Must Maintain A Minimum Ninety-five Percent (95%) On-time Delivery Rate Per Nsn (delivery Orders Delivered On-time Versus Total Delivery Orders Delivered). scope Of The Contract: the Scope Of The Jltvci Program Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Jltv Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. Nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To: 2010 Ship And Boat Propulsion Components 2510 Vehicular Cab, Body, And Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components 2540 Vehicular Furniture And Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines And Components 2910 Engine Fuel System Components, Non-aircraft 2920 Engine Electrical System Components, Non-aircraft 2930 Engine Cooling System Components, Non-aircraft 2940 Engine Air And Oil Filters, Strainers, And Cleaners, Non-aircraft 2990 Miscellaneous Engine Accessories, Non-aircraft 3020 Gears, Pulleys, Sprockets, And Transmission Chain 3030 Belting, Drive Belts, Fan Belts, And Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, And Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain And Wire Rope 4130 Refrigeration And Air Conditioning Components 4210 Firefighting Equipment 4320 Power And Hand Pumps 4330 Centrifugals, Separators, And Pressure And Vacuum Filters 4710 Pipe, Tube And Rigid Tubing 4720 Hose And Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment 5315 Nails, Machine Keys, And Pins 5325 Fastening Devices 5330 Packing And Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs And Pointers 5365 Bushings, Rings, Shims, And Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators And Insulating Materials 5985 Antennas, Waveguides, And Related Equipment 5995 Cable, Cord, And Wire Assemblies: Communication Equipment 5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware 5999 Miscellaneous Electrical And Electronic Components 6150 Miscellaneous Electric Power And Distribution Equipment 6220 Electric Vehicular Lights And Fixtures 6350 Miscellaneous Alarm, Signal, And Security Detection Systems 6620 Engine Instruments 6625 Electrical And Electronic Properties Measuring And Testing Instruments 6650 Optical Instruments, Test Equipment, Components And Accessories 6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments 6695 Combination And Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping And Storage Containers market Research Documents: the Most Current Sow Is Attached To This Announcement In The Acrobat Document Titled “jltvci Program-current Sow”. once Again, The Current Jltvci Nsn Listing Is Found In The Attachment Titled “jltvci Program-current Nsn Listing”. additionally, The Attachment Titled “jltvci Program-current Nsn Listing” Contains An Estimated Pel Listing On The Tab Titled “estimated Pel Listing”. The Attachment Titled “jltvci Program-current Nsn Listing” Also Contains The Current Flis Source Data For The Pel Nsns On The Tab Titled “potential Pel Source Listing”. once Again Please Note, The Information In The Attachment Titled “jltvci Program-current Nsn Listing” Is The Information Available At This Time, Is An Estimate And Is Not A Purchase Guarantee Of Any Kind. Any Action Taken As A Result Of The Information Provided In The Attachment Titled “jltvci Program-current Nsn Listing” Is At The Risk Of The Contractor/potential Offeror/interested Party. a Market Research Questionnaire Titled “jltvci-successor-mkt Rsrch Form” Is Also Attached To This Announcement, Please Return The Market Research Questionnaire With Your Response To This Sources Sought. a Listing Of The Program’s Current Item Descriptions Titled “jltvci Program-item Descriptions” Is Also Attached To This Announcement. please Note, The Information In The Attachment Titled “jltvci Program-item Descriptions” Is The Information Available At This Time, May Change Prior To Solicitation And Does Not Constitute A Guarantee Of Any Kind. a Listing Of The Current Technical And Quality Requirements Noted In The Attachment Titled “jltvci Program-item Descriptions” Is Also Attached To This Announcement. The Title Of The Attachment Is “jltvci Program-dla List Of Tq Requirements”. contact Information: offerors Interested In Participating In The Jltvci Program’s Successor Contract Please Review This Announcement, All Announcement Attachments And The Attached Market Research Questionnaire Titled “jltvci-successor-mkt Rsrch Form”. Please Provide Your Company’s Market Research Response To Bret Griffin At Bret.griffin@dla.mil And Robert Harris At Robert.harris@dla.mil. please Direct All Information To The Email Addresses Below: bret.griffin@dla.mil robert.harris@dla.mil. list Of Attachments: market Research Questionnaire – Titled “jltvci-successor-mkt Rsrch Form” nsn Listing – Titled “jltvci Program-current Nsn Listing” current Sow – Titled “jltvci Program-current Sow” item Descriptions – Titled “jltvci Program-item Descriptions” technical And Quality Requirements – Titled “jltvci Program-dla List Of Tq Requirements”
Closing Soon25 Oct 2024
Tender AmountRefer Documents 

City Of Bayawan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Request For Quotation Rfq No. Svp 24-p-247 Date October 08,, 2024 Pr Reference Pr-300-24-09-049 Philgeps Reference No. End-user Ceo Closing Date 10/14/2024 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 4300439 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa City Civil Registrar Bac Chairman Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Fifteen (15) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 24-p-247 Total Abc: Php 583,656.60 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Construction Of 1 Barrel Flat Slab Bridge At Sitio Malon, Brgy. Tabuan ( 2nd Revision) 1 Cement, Portland (40kgs/bag), Type 1 1411 Bag 290.00 [ ] [ ] 2 Hollow Block, Concrete 15cm X 20cm X 40cm 50 Piece 20.00 [ ] [ ] 3 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 5 Sheet 650.00 [ ] [ ] 4 Phenolic Board, 18mm-20mm X 1.22m X 2.44 Type 1 20 Sheet 2,067.00 [ ] [ ] 5 Tie Wire, #16 61 Meter 100.00 [ ] [ ] 6 Blade, Hacksaw, 12mm X 300mm, 18tpi, (excellent Quality) 40 Piece 70.00 [ ] [ ] 7 Screen/mesh Wire, 3mm Eyehole X 0.90m Width (m) 1 Linear Meter 130.00 [ ] [ ] 8 Nails, Common Wire 38mm 3 Kilo 76.00 [ ] [ ] 9 Nails, Common Wire 63mm 7 Kilo 70.00 [ ] [ ] 10 Nails, Common Wire, 100mm (4") 10 Kilo 67.00 [ ] [ ] 11 Nails, Concrete 63mm 1 Kilo 120.00 [ ] [ ] S 12 Nails, Umbrella/roofing, 62mm (2 1/2") 2 Kilo 126.00 [ ] [ ] 13 Sealant, Elastomeric/roof (1/4kg/pk) 2 Pack 177.80 [ ] [ ] 14 Sack Cloth, 3.0m Width (100m/roll), Blue 2 Roll 10,360.00 [ ] [ ] 15 Nylon, # 80 1 Kilo 560.00 [ ] [ ] 16 Nylon, # 120 1 Kilo 490.00 [ ] [ ] 17 Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 50mm X 3.0m 24 Piece 186.75 [ ] [ ] 18 Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 75mm X 3.0m 16 Piece 280.00 [ ] [ ] 19 Corrugated Sheet, G.i. 0.27mm X 3.0m) 10 Sheet 498.00 [ ] [ ] 20 Scaffolding Clamp, Swivel 50mm X 50mm 128 Piece 125.00 [ ] [ ] 21 Adjustable Base Jack, 32mm X 400mm 20 Piece 646.00 [ ] [ ] 22 Toilet Bowl, Pail Type, Porcelain, W/o Cover 1 Set 750.00 [ ] [ ] 23 Pvc Pipe, 82.55mm Outside Dia X T=3.75mm X L=3.0m Orange 13 Length 700.00 [ ] [ ] S-1000 24 Pvc Pipe, 107.10mm Outside Dia X T=3.81mm X L=3.0m Orange 1 Length 800.00 [ ] [ ] S-1000 25 Clean-out, Pvc, 107.10mm Dia Nominal Size, S-1000, W/ Cover And O-ring 1 Length 105.00 [ ] [ ] 26 Pvc Tee, Sanitary, Inside Dia: 107.10mm, S-1000, Orange 1 Piece 200.00 [ ] [ ] 27 Solvent Cement, Pvc (400cc/ml/can) 2 Can 280.00 [ ] [ ] 28 Paint, Reflectorized For Traffic 1 Gallon 2,000.00 [ ] [ ] Chlorinated Rubber Base, Yellow 29 Paint, Reflectorized For Traffic 3 Gallon 2,000.00 [ ] [ ] Chlorinated Rubber Base, White 30 Paint, Reflectorized For Traffic 1 Gallon 2,000.00 [ ] [ ] Chlorinated Rubber Base, Black 31 Acrylic Spray Paint, Flat Black(400cc/can) 2 Can 175.00 [ ] [ ] 32 Acrylic Spray Paint, Maroon(400cc/can) 1 Can 175.00 [ ] [ ] 33 Acrylic Spray Paint, Yellow(400cc/can) 1 Can 175.00 [ ] [ ] 34 Acrylic Spray Paint, Blue(400cc/can) 1 Piece 175.00 [ ] [ ] 35 Acrylic Spray Paint, Red(400cc/can) 1 Can 175.00 [ ] [ ] 36 Acrylic Spray Paint, Green(400cc/can) 1 Can 175.00 [ ] [ ] 37 Acrylic Spray Paint, Brown(400cc/can) 1 Can 175.00 [ ] [ ] 38 Latex Paint, Flat Yellow (l/can) 1 Can 189.00 [ ] [ ] 39 Latex Paint, Flat Red (l/can) 1 Can 189.00 [ ] [ ] 40 Paint, Enamel (gal), Flatwall, White 1 Gallon 749.00 [ ] [ ] 41 Concrete Neutralizer (lit)), 1 Liter 63.00 [ ] [ ] 42 Epoxy Primer , Gray With Catalyst 3 Gallon 1,300.00 [ ] [ ] 43 Steel Brush, Wood/plastic Handle 2 Piece 119.00 [ ] [ ] 44 Paint Brush, 100mm (4") Hair Type 2 Piece 70.00 [ ] [ ] 45 Paint Brush, 50mm (2") 2 Piece 24.00 [ ] [ ] Hair Type 46 Paint Roller W/ Handle, 175mm 2 Piece 56.00 [ ] [ ] 47 Paint Roller, 75mm W/ Handle 2 Piece 45.00 [ ] [ ] 48 Paint Tray, Plastic 2 Piece 49.00 [ ] [ ] 49 Gloves, Rubber & Cloth Combination For Construction 15 Piece 50.00 [ ] [ ] Good Quality 50 Rainboots, Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality, Size: 8 1 Pair 420.00 [ ] [ ] 51 Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, White 1 Piece 476.00 [ ] [ ] 52 Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Blue 2 Piece 476.00 [ ] [ ] 53 Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 2 Piece 476.00 [ ] [ ] 54 Spectacles, Safety Goggles, Clear 20 Piece 140.00 [ ] [ ] 55 Vest, Reflectorized, Safety, Green 2 Piece 252.00 [ ] [ ] 56 Vest, Reflectorized, Safety, Orange 2 Piece 252.00 [ ] [ ] 57 Caution Tape, Yellow, 3 Inches X 1,000 Feet 1 Roll 1,400.00 [ ] [ ] 58 Danger Tape, Red, 3 Inches X 1,000 Feet 1 Roll 1,400.00 [ ] [ ] 59 Sticker, Reflectorized, 50mm Wide, 10m/roll, Red 1 Roll 2,030.00 [ ] [ ] 60 Sticker, Reflectorized, 50mm Wide, 10m/roll, Yellow 1 Roll 2,030.00 [ ] [ ] 61 Sticker, Reflectorized, 50mm Wide, 10m/roll, White 1 Roll 2,030.00 [ ] [ ] 62 Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp1, Moulded Mask, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149 (20 Pcs/box) 2 Box 560.00 [ ] [ ] 63 Asphalt Cement, Grade 60/70/d (5 Gal/pail) 1 Pail 2,520.00 [ ] [ ] 64 Nylon, # 100 5 Kilo 490.00 [ ] [ ] 65 Chlorinated Rubber Base Reducer, 4l 1 Gallon 770.00 [ ] [ ] 66 Boots, Rain, Rubber, Size: 7" 1 Pair 420.00 [ ] [ ] Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality 67 Boots, Rain, Rubber, Size: 9" 1 Pair 420.00 [ ] [ ] 68 Boots, Rain, Rubber, Size: 6" 1 Pair 420.00 [ ] [ ] Worker/construction Boots, Waterproof Pvc Non Slip, High Cut, Good Quality ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Soon22 Oct 2024
Tender AmountPHP 583.6 K (USD 10.1 K)

DEFENSE LOGISTICS AGENCY USA Tender

Corrigendum : Closing Date Modified
United States
Details: Amendment 0006 Change Proposal Due Date To 31 October 2024. _______________________________________________________________________ amendment 0005 Change Proposal Due Date To 10 October 2024. _______________________________________________________________________ amendment 0004 Change Proposal Due Date To 26 September 2024. _______________________________________________________________________ amendment 0003 Change Proposal Due Date To 12 September 2024. _______________________________________________________________________ amendment 0002 Change Proposal Due Date To 24 July 2024. _______________________________________________________________________ sprra224r0016 Proposal Due Date Is Extended From 29 April 2024 To 20 June 2024. ____________________ the Defense Logistics Agency (dla) Is Issuing Solicitation Sprra224r0016 To Add Parts To The New subsumable Contract To The Captains Of Industry (coi) Contract, Spe4ax-22-d-9000 (dla Huntsville spares) For Fiscal Years, 2025 (fy25) Through 2027 (fy27). the Subsumable Contract Will Fall Under The Lockheed Martin Coi / Umbrella Contract, Spe4ax22d9000. these Parts Will Support The Patriot Missile Weapon System. this Is A Sole Sourced Requirement And As Such Is Being Procured In Accordance With Far 6.302-1(a)(2); “…only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.” cost And Pricing proposal Content/cost/price Supporting Documentation. At A Minimum, Offeror Proposal Shall Include the Following: the Government Contemplates Firm-fixed-pricing (ffp) For This Effort In Accordance With The overarching Basic Contract, And Requests Pricing For Three (3) Years. This Is An Rfp For Part Number support Requirements Generated By The Army Aviation And Missile Command (amcom) Logistics center (alc) Project Offices Used On The Patriot Missile Weapon System. the Offeror Shall Prepare One Summary Schedule. Along With The Summary Schedule, The Offeror Shall provide Fully Supportable Cost Data Which Substantiates The Offeror’s Summary Schedule For The P/ns. submission Must Include Working Excel Files With Applicable Excel Formulas, Showing Direct Cost Inputs and Building To The Proposed Cost. Files Are Required At Every Level, To Include Inter-organizational Work (if applicable). Submission Shall Be In Accordance With Far 15.408, Table 15-2, Instructions For Submitting cost/price Proposals When Certified Cost Or Pricing Data Are Required. Back Up Documentation Shall detail The Labor Categories To Be Used, Labor Hours Proposed By Category, Material And Equipment Cost, And A Total Cost Breakdown. The Offeror Shall Also Provide Supporting Cost/price Documentation For All proposed Subcontractors, To Include The Proposed Type Of Subcontract. to Comply With This Solicitation, The Offeror Is Required To Price Fiscal Years 2025 - 2027 (fy25-27). items, And The Possibility Of More In The Future, Will Be Repriced Again At The End Of Fy27. far 15.408, Table 15-2 Requires Prime Contractors And Higher Tiered Subcontractors To Conduct Price analysis Of All Subcontractor Proposals And A Cost Analysis Of Each Subcontractor Proposal For Which certified Cost Or Pricing Data Is Required. Fair And Reasonable Subcontractor Analysis In Accordance With far 15.404-3(b) Subcontract Pricing Considerations Shall Accompany Proposal Submission. an Un-sanitized Cost Breakdown (all Cost Information, Rates/dollars) Shall Also Be Provided In A Microsoft excel File. in Support Of The Proposed Indirect Expense Rates, Inter-organizational Transfers (iots) And Its subcontractor(s) Shall Provide Documentation Of The Most Recent Indirect Expense Rates, To Include, At least One Of The Following:  Forward Pricing Rate Agreements (fpras) With Dcaa Or Dcma.  Forward Pricing Rate Recommendations (fprr) From Dcaa Or Dcma.  Forward Pricing Rate Proposal (fprp), Approved Provisional Rates Proposal Or Other Statement of Current Rates Including Three (3) Years Of Incurred Cost Submissions To Dcaa Detailing Pools and Bases (by Expense Accounts) Information Which Validates The Calculations Or Three (3) Years historical Actual Detailing Pools And Bases (by Expense Accounts) Information Which Validates The calculations. note: The Rates Reflected In The Fpra, Fprr, Fprp, Approved Provisional Rates Proposal Or Other statement Of Current Rates Shall Directly Match The Proposed Rates As Detailed In The Proposal. If The Rates Do Not Match, The Offeror Shall Provide Sufficient Detail Explaining How The Proposed Rates Are Realistic. identify Key Business Unit Personnel Related To Contracting, Technical And Pricing Questions And Known dcma Or Dcaa Business Unit Points Of Contact (pocs) To Expedite The Question/review Process. in Accordance With Far Clause 52.215-22, Limitation On Pass-through Charges, If Offeror Intends To subcontract More Than 70 Percent Of The Total Cost Of Work To Be Performed Under The Resulting Add-on, offeror Shall Identify In Its Proposal A Description Of The Value-added Provided By Offeror As Related To The work To Be Performed By The Subcontractor(s) As Defined By Far Clause 52.215-22. offeror Shall Identify And Address In Its Proposal All Actual Or Potential Organizational Conflicts Of interests (ocis), Per Far 9.5, Or State That There Are No Known Potential Ocis. If Any Actual Or Potential ocis Are Identified, Then Offeror Shall Submit A Mitigation Plan. no Assumptions, Terms, Conditions, Caveats Or Exceptions Submitted Within Offeror Proposal, In Response to This Rfp, Will Be Accepted Or Incorporated Into The Basic Contract. All Assumptions Shall Be Addressed and/or Resolved Through The Use Of The Question-and-answer Period. offeror Shall Submit Their Subcontracting Plan With Their Proposal As A Separate Document. The Subcontract shall Be Incorporated By Reference And Made A Part Of The Final Award. The Subcontract Will Be Used To ensure Offeror Is On Track To Meet The Goals Established In The Base Contract. additional Considerations containers - The Government Did Not Provide Separate Subcontract Line Item Numbers (slins) To accommodate Items That May Require Reusable Shipping Containers. However, If An Item Requires A reusable Shipping Container, A Slin May Be Added To Allow The Offeror To Price The Item With A Shipping container. The Offeror Shall Propose The Most Expeditious Delivery Schedule For Each Item. first Article Test (fat) May Be Required, If So, The Requirement Will Be Included On The Applicable delivery Orders. When Required, Fat Must Be Separately Priced. The Offeror May Submit A Request For fat Waiver; However, Fat May Be Included On The Award In Anticipation Of The Requirement On Future orders. Upon Receipt Of The Fat Waiver Request, Dla Will Submit Documentation To Srd For Evaluation and Technical Consideration. economic Order Quantities (eoqs) Shall Be Proposed By The Contractor To Ensure Optimal Ordering quantities. The Eoq Information Requested In This Narrative, Is Being Solicited To Avoid Acquisitions In disadvantageous Quantities And To Assist The Government In Developing Data For Current And Future acquisitions Of This Item/these Items. The Government Anticipates The Offeror’s Proposal (in View Of market Research, Historical Awards, The Nature Of The Item(s) Being Solicited, And The Current Economic environment) Will Include Quantities/ranges That Will Vary From Those Being Solicited. The Solicited quantities Are Based On Estimated Annual Demands And As Such Government Reserves The Right To Award The most Advantageous Quantities &/or Ranges. evaluation Criteria - Minimum Technical Requirements. To Be Technically Acceptable And Thus, Eligible For award, A Proposal Must Conform To All Solicitation Requirements, Such As Terms And Conditions, representations And Certifications, And Technical Requirements Provided Within All Sections Of This solicitation And/or Within Its Attached Addenda. Proposals Receiving A Technical Rating Of “unacceptable” will Be Ineligible For Award. price in Addition To Meeting The Solicitation’s Technical And Quantity Increment Or Range requirements Above And Cost And Pricing Requirements Below, The Government Will Evaluate A Proposal’s pricing For Reasonableness. Evaluation Of A Proposal's Pricing Will Not Obligate The Government To Order the Estimated Quantities Or To Distribute Orders In The Manner Evaluated. The Government May Reject A proposal As “unacceptable” If Its Pricing Is Determined To Be Materially Unbalanced. cost And Pricing Data. Offerors Must Provide All Cost Or Pricing Information Required By Far 15.4. Failure Of A Proposal To Provide Cost Or Pricing Information Required By Far 15.4 Will Result In Said proposal Being Deemed Unacceptable, And Thus, Ineligible For Award. pdqr - The Product Quality Deficiency Report Program (army Regulation 702-7) Will Be Used When contractors: 1) Deliver Deficient Items Or 2) Receive Deficient Items From A Dod Supply Chain In Support Of army Requirements. When Requested, The Contractor Shall Assist The Cognizant Contract Administration office In Evaluating Pqdrs And Exhibits For Defects Reported On Items Manufactured Under This Contract to Determine The Root Cause For Deficiencies. Corrective Action And Preventative Action To Preclude recurrence Of Discrepancies Shall Be An Integral Part Of The Contractor’s Quality Program. These Defects may Be Reported From Any Dod Activity That Discovers A Defective Item. ranges - Offerors Are Requested For Increments Or Ranges Of Quantities As Listed In The Attachment. The awarded Quantity, Or Quantities In The Case Of Multiple Items, Will Be Based On The Requirements Of The government And The Combination Of Price And Quantity Per Item That Is The Most Advantageous To The government. Quantity Increments Shall Consist Of A Primary Amount And Alternate Amounts Based On incremental Increases. The Quantity Awarded Will Be Either The Full Primary, Or One Of The Alternate quantities. Quantity Ranges Consist Of A Specific Series Of Ranges. The Quantity Awarded May Fall Anywhere within Range. If This Is A Request For Quote (rfq) Or A Request For Proposal (rfp), An Offer That Only contains Prices For Quantities Other Than Those Quantities Indicated In The Schedule Of Supplies Or Services may Be Precluded From Consideration For Award If The Contracting Officer Elects To Make An Award Without discussion Of Proposals. the Contract Quantity Range Shall Be Determined By The Total Quantity At The Time Of Delivery awarded. There Shall Be No Downward Adjustment To An Already Awarded Delivery Order Regardless Of If another Delivery Order Is Awarded In The Same Ordering Period. For Example, One Delivery Order Quantity may Not Be Combined With Any Other Delivery Order Quantity To Create A Price Break, Even If The New delivery Order Is Placed In The Same Ordering Period. Each Order Stands On Its Own. In The Event An Order is Issued For Quantities Outside The Ranges Established In The Contract, The Unit Price Associated With The highest List Range Will Apply To That Order. The Contractor Has The Right To Accept Or Reject Any Quantity outside The Ranges Established In The Contract And Adjust The Production Lead Time / Monthly Delivery Rate as Appropriate. ozone Depleting Substances – Item(s) Being Procured Have Been Identified As Having Ozone Depleting substances And High Global Warming Potential Hydrofluorocarbons (ohm) Specifications. (a) In Accordance With Section 326 Of P.l. 102-484, The Government Is Prohibited From Awarding Any contract Which Includes A Specification Or Standard That Requires The Use Of A Class I Ozone-depleting substance (ods) Identified In Section 602(a) Of The Clean Air Act, (42 U.s.c. 767a(1), Or That Can Be Met only Through The Use Of Such A Substance Unless Such Use Has Been Approved, On An Individual Basis, By A senior Acquisition Official Who Determines That There Is No Suitable Substitute Available. (b) To Comply With This Statute, The Government Has Conducted A Best Effort Screening Of The specifications And Standards Associated With This Acquisition To Determine Whether They Contain Any Ods requirements. To The Extent That Ods Requirements Were Revealed By This Review They Are Identified Below with The Disposition Determined In Each Case. (c) If Offerors Possess Any Special Knowledge About Any Other Odss Required Directly Or Indirectly At any Level Of Contract Performance, The U.s. Army Would Appreciate If Such Information Was Surfaced To the Contracting Officer For Appropriate Action. To Preclude Delay To The Procurement, Offerors Should provide Any Information As Soon As Possible After Release Of The Solicitation And Prior To The Submission Of offers To The Extent Practicable. It Should Be Understood That There Is No Obligation On Offerors To Comply with This Request And That No Compensation Can Be Provided For Doing So. export Control – Arms Export Control Is Applicable. The Technical Data Package Contains Technical Data whose Export Is Restricted By The Arm Export Control Act (title 22 U.s.c., Sec 2751 Et Seq.) Or executive Order 12470. Violation Of These Export Laws Are Subject To Severe Criminal Penalties. Export control Requires The Applicable Certifications To Be Current For Both The Quoter And Manufacturer. The offeror And Any Source(s) Of Supply It Will Use For Contract Performance Must Have An Active United states/canada Joint Certification Program (jcp) Certification To Access Export-controlled Data. Dla Does not Intend To Delay Award In Order For An Ineligible Offer Or Its Source(s) Supply To Apply For And Receive authority Approval To Access The Export-controlled Data. packaging – Standard Practice For Military Packaging Shall Be Utilized (mil-std-2073-1). delivery Schedule – Proposal Shall Include Proposed Production Lead Time And Monthly Delivery Rate. proposal Submission – Proposal Shall Be Electronically Submitted To Government. Offeror Can Contact contract Team For A Dod Safe Site Link For Submission Purposes. clins - Nsns Listed On This Effort May Be Awarded Together Or Separately. provisions 252.227-7017 Identification And Assertion Of Use, Release, Or Disclosure Restrictions 52.204-8 Annual Representations And Certifications. 52.223-4701 Ozone Depleting Substance dlad 52.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (adr) . timelines solicitation Receipt – Request Offeror Acknowledge Receipt Of Solicitation Sprra224r0016 Within 3 business Days And Feedback On Feasibility In Meeting The Closing Date Of 4pm Cst 29 April 2024 referenced In Solicitation Submittal Email And Sam.gov Posting. If Offeror Elects To "no Bid", Please provide Detailed Rationale And An Alternate Source Of Supply. proposal Receipt - Upon Receipt Of Proposal, Dla Contracting Team Shall Acknowledge Receipt. Within 3 business Days, The Government Will Identify Deficiencies, Request Additional Information/documentation, and/or Provide Proposal Acceptance. Offeror Proposal Shall Remain Valid For A Minimum Of One Hundred and Eighty (180) Days From The Date Of Acceptance. summary all Communications Shall Be Submitted In Writing Only And Directly To The Following Dla contract Team Members. becky Brady, Dla Aviation-huntsville contracting Officer, Strategic Missile Team e: Becky.brady@dla.mil david Bennett, Dla Aviation- Huntsville contract Specialist e: David.b.bennett@dla.mil offeror Shall Not Contact Any Other Government Personnel Other Than The Person(s) Identified Above. contacting Any Government Personnel Other Than The Individual(s) Identified Above Could Result In An organizational Conflict Of Interest (oci). be Advised That This Requirement Shall Be Advertised In The Sam.gov Website For Viewing By The General public. In The Event Another Supplier Indicates Interest In Responding To The Requirement As A Result Of viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier. please Direct Inquires, Requests For Clarification, And Status Updates To David Bennett (david.b.bennett@dla.mil). attachments: sprra224r0016 Attachment 021524 (full List Of Parts) fat Waiver Worksheet Rev E 031220 cnt Tdpl
Closing Date31 Oct 2024
Tender AmountRefer Documents 
8821-8830 of 8878 active Tenders