Cleaning Tenders

Cleaning Tenders

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 

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 

Municipality Of Bokod, Benguet Tender

Philippines
Details: Description Republic Of The Philippines Province Of Benguet Municipality Of Bokod Office Of The Municipal Mayor Bids And Awards Committee Invitation To Bid For: Supply And Delivery Of Office Supplies (2nd Semester) (procurement By Lot: Lot 1-6) The Municipality Of Bokod, Through The Gf 2024 Intends To Apply The Sum Of: Lot No. Approved Buget Cost Lot 1 – Municipal Engineering Office P54,025.54 Lot 2 – Municipal Planning Development Office P55,129.30 Lot 3 – Municipal Agriculture Office P31,177.00 Lot 4 – Mayor’s Office P33,000.00 Lot 5 – Municipal Accounting Office P97,650.81 Lot 6 – Sangguniang Bayan Office P55,000.00 Being The Approved Budget Cost (abc) For Each Lot To Payments Under The Contract For Procurement Of Office Supplies (2nd Semester). Bids Received In Excess Of The (lot 1 – P54,025.54; Lot 2 – P55,129.30; Lot 3 – P31,177.00; Lot 4 – 33,000.00; Lot 5 – 97,650.81); And Lot 6 – 55,000.00) Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Bokod Now Invites Bids For The Above Procurement Project, Particularly Described As Follows: Municipal Engineering Office Lot No. Qty Unit Of Issue Item Description Abc Lot 1 1 Pc Power Bank (large), 80,000mah 54,025.54 5 Packs 125 Cuts Sign Here Sticky Notes, See Through 2 Packs Batteries-aa Black, 4's (rechargeable) 5 Boxes Paper Clip, 32mm 5 Pcs Correction Tape 4 Sets Ink For Epson L3110 (black-003, Cyan-003, Magenta-003, Yellow-003) 1 Pc Drum Kit Lexmark Mx510de 1 Pc Photocopier Toner Lexmark Mx510de 5 Reams Paper, Bond, A3 (16.50" X 11.27") 10 Reams Paper, Bond, Long (216 X 330mm) 20 Reams Paper, Bond, A4-us 5 Reams Bond Paper, Short 5 Pcs Record Book, 200 Pages 1 Box Sign Pen, Black, Liquid Gel, 0.5mm Ball 1 Box Sign Pen, Blue, Liquid Gel, 0.5mm Ball 1 Box Sign Pen, Black, 0.3mm Ball 2 Packs Colored Gel Pen (7 Colors), 0.7mm Ball 6 Pcs Tape, Transparent, 1" 10 Boxes Paper Fastener, Vinyl Coated 1 Box White Board Marker, Black 5 Pcs Lc 663 Ink, Black 1 Unit Office Table, 4 Drawers (w-0.70m, L-1.20m, Top-wooden Stain) Municipal Planning And Development Office Lot No. Qty Unit Of Issue Item Description Abc Lot 2 15 Bottle Alcohol, 70% Ethyl, 500ml 55,129.30 1 Box Ballpen, Fineball, Retractable, 12's, Black 2 Pc Battery Aa, 4's 2 Pc Battery Aaa, 4's 50 Pc Brown Envelope, Short 6 Pc Correction Roller, 5mmx8m 2 Pc Computer Mouse Pad, Usb Type Flat 7 Pc Duct Tape, 2" 7 Pc Duct Tape, 1.5" 3 Pc Flash Drive, Usb, 64gb 100 Pc Folder, Long Brown 6 Pc File Rack, Double, 10" X 9.5" 6 Pc Highlighter, Assorted Colors 3 Pc Microfiber Synthetic Clean Towel 7 Pack Notepad/sticknote, 3"x 2" 8 Ream Bond Paper, Multipurpose, A4, 70 Gsm, Subs 20 (210 X 297mm) 20 Ream Bond Paper, Multipurpose, Long, 70 Gsm, Subs 20 (8.5" X 13") 7 Box Paper Clip, Vinyl Coated, B/s 50mm 7 Box Paper Clip, Vinyl Coated, S/s 33mm 5 Box Parchment Paper For Binding, Hard, Long, 10's 6 Pc Permanent Marker, Broad, Black 6 Box Plastic Paper Fastener, 50 Sets/box X 20inch Long 6 Packs Garbage Bag, Large 100 Pc Pvc Binding Cover, Transparent, Long 3 Pc Ruller, 24", Heavy Duty 1 Dozen Sign Pen, 0.5mm Ball, Liquid Gel, Black, Rectractable 1 Dozen Sign Pen, 0.5mm Ball, Liquid Gel, Blue, Rectractable 1 Box Staple Wire For Gun Tucker 10 Packs Sticker Paper, A4, 80gsm, Satin, 10's 6 Roll Tape, Transparent, 1" 7 Pack Tissue Paper, 10- Rolls/pack, 2 Ply 2 Tubes Hp Laser Jet 85a 6 Sets Epson Inks #003 (for L3100 And Epson L5190) 5 Pc Epson Inks #003 (for L3100 And Epson L5190), Black 2 Sets Epson Inks (for Printer Epson L220) 2 Tube Toner Cartridge For S1810/s2010/s2220/s2420 Municipal Agriculture Office Lot No. Qty Unit Of Issue Item Description Abc Lot 3 10 Bot Alcohol Ethyl 70% 500 Ml 31,177.00 8 Pack Battery Size Aa, Alkaline 2pc/ Packet 4 Pack Binder Clip 1 1/4 Inches X12pcs Per Pack 1 Box Business White Envelop, Long X 500pcs 1 Gallon Bleach 1 Units Calculator,15 Digits 17 Pcs Correction Tape, Pro Tip Roller .5mmx10mm 4 Pcs Dishwashing Paste, B/s 350g 1 Box Envelop, Brown Long X 500pcs 2 Pack File Folder, White,long,100 Per Pack 2 Pcs Glue All, 130g 1 Pcs Laundry Scrub Brush, B/s 4 Pcs Mosquito Killer Spray 600ml 10 Pcs Notepad Stick On, 3x3 Inches 10 Pcs Notepad Stick On 1x2 Inches 5 Box Paper Clip, B/s Vinyl Coated 5 Box Paper Clip, S/s Vinyl Coated 2 Box Pencil, Fine Point With Eraser X12 12 Pcs Record Book,200 Pages (8.5"x11") 2 Box Sign Pen-v Grip, Hi-techpoint 1.0mm Broad Black 2 Pcs Stick Broom 2 Pcs Soft Broom 3 Packs Special Paper For Certification X 50 Sheets 20 Pcs Certificate Holder, Short 20 Packs Toilet Tissue Paper 12 In One 2 Packs Photo Paper, A4 X 20 Pcs 1 Box Whiteboard Marker, Black X12 1 Box Whiteboard Marker, Blue X12 12 Ream Bondpaper, Short 12 Ream Bondpaper, A4 Mayor’s Office Lot 4 150 Reams Bond Paper, A4 33,000.00 Municipal Accounting Office Lot No. Qty Unit Of Issue Item Description Abc Lot 5 15 Pack Toilet Tissue, 12 Rolls/pack, 2 Ply, Soft& Smooth 97,650.81 3 Can Insecticide, 300ml/can, Spray 1 Box Ballpen, Retractibel, Black,12s 1 Box Ballpen, Retractibel, Blue,12s 1 Box Pen, .5 Liquid Gel Ink, Black 2 Box Pen, .5 Liquid Gel Ink, Blue 1 Box Pen, .5 Liquid Gel Ink, Violet 2 Box Pen, .3 Liquid Gel Ink, Black 10 Roll Tape, Transparent, 1" 5 Roll Tape, Packing,3" 5 Roll Tape, Masking, 1" 100 Piece Screw Fastener, 1" 100 Piece Screw Fastener, 1.5" 100 Piece Screw Fastener, 2" 100 Piece Screw Fastener, 2.5" 100 Piece Screw Fastener, 3" 6 Piece Usb,16 Gig 6 Bottle Paper White Glue,130 G 20 Box Staple Wire, #35 2 Piece Puncher, Heavy Duty,2 Holes 10 Piece File Box, W/ Cover, Legal Size, Maroon 30 Bottle Alcohol,70% , Ethyl,500ml 6 Bottle Ink For Cis Printer, Black (epson #008) 2 Set Ink For Cis Printer, Cmy (epson #008) 2 Bottle Ink For Cis Printer, Black, (brother Compatible) 2 Set Ink For Cis Printer, Set Cmy, Brother Compatible 15 Piece Correction Tape,5mmx10m 50 Piece Folder, With Slide, Short, Plastic 200 Piece Folder, Tagboard, Long, White 200 Piece Folder, Tagboard, Short, White 300 Piece Envelope, Ordinary, Legal 50 Piece Envelope, Expandable, Long 10 Pad Notepad, (3"x4"),100 Sheets/pad 12 Pad Notepad, (2"x3"),100 Sheets/pad 6 Roll Stick On, (1"), Roll, Pink/light Green 50 Ream Paper, Bond, Long,70gsm 60 Ream Paper, Bond, Short,70gsm 2 Ream Paper, Bond, A3,70gsm 5 Pack Photopaper,10s,8.5x13 Inches 5 Pack Photopaper,10s,8.5x11 Inches 1 Piece Ink Cartridge, Hp 811, Colored 3 Piece Electric Bulb,40 Watts, Led 10 Piece Self-inking Rubber Stamps 2 Roll Tape,duct, 3" Sangguniang Bayan Office Lot No. Qty Unit Of Issue Item Description Abc Lot 6 70 Reams Coupon Bond, Long, 90 Gsm 55,000.00 20 Reams Coupon Bond, A4, 90 Gsm 10 Reams Coupon Bond, Short, 90 Gsm 1 Box Folder, Long, 100’s 25 Boxes Paper Clips, Vinyl, Assorted Sizes Delivery Of The Goods Is Required In 15 Days Upon Receipt Of The Purchase Order. Bidders Should Have Completed, Within Five (5) 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). 2. 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) No. 9184. 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 No. 5183. 3. Prospective Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Bokod, Benguet And Inspect The Bidding Documents At The Address Given Below From 8:am To 5:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 17, 2024 Onwards From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents. For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 5. The Municipality Of Bokod Will Hold A Pre-procurement Conference On October 25, 2024 At 9:15am Onwards At The Bids And Awards Committee Office, Poblacion, Bokod, Benguet Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:00am Of November 7, 2024. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be At 9:15am Of November 7, 2024 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Activity. 9. The Bidder, Upon Submission Of Bid, Should Provide Its Official Email Address And Contact Numbers In The Logbook Of The Bac Office. Notices Or Communications Sent Through This Email Address Or Contract Numbers Shall Be Considered Received And Acknowledged By The Bidder The Following Day The Notice/communication Was Sent By The Bac Or Procuring Entity. Hence, The Bidder Has The Obligation To Regularly Check The Aforementioned Email Address And Contact Numbers. 10. The Municipality Of Bokod 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Madona O. Yagyagen Mark Floyd W. Ambos Bac Secretariat Bac Secretariat Municipal Hall, Poblacion, Bokod, Benguet Municipal Hall, Poblacion, Bokod, Benguet E-mail Address: Baclgubokod@gmail.com E-mail Address: Baclgubokod@gmail.com Cp No. 09304019391 Cp No.09483591289 Date Of Issue: October 17, 2024 Atty. Jevan S. Mesa Name And Signature Of The Bac Chairperson
Closing Date7 Nov 2024
Tender AmountPHP 325.9 K (USD 5.6 K)

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 Clinical Laboratory Coagulation 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 11:00am Cst. 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. pursuant To Federal Supply Schedule (fss), It Is The Intent Of The Department Of Veterans Affairs, Va Heartland Network (herein Afterward Referred As Visn 15) To Establish A Cost-per Reportable Result (cprr) Blanket Purchase Agreement For Pt/ptt Coagulation Equipment, And Cost Per Test (cpt) For Esoteric Testing Supplies. It Is The Intent Of The Government To Award This Agreement To A Single Contractor For The Coagulation Equipment. The Contract Shall Be Under The Fss Contract, Fsc (federal Supply Class) Group 66 Iii Cost-per-test (cpt)/cost Per Reportable Result (cprr), Clinical Laboratory Analyzers. Contractor Agrees To The Following Terms Of The Contract Exclusively With The Visn 15 Facilities Listed In Attachment 1. However, As Requirements Change, Facilities Within Visn 15 May Be Added Or Deleted By Supplemental Agreement Of The Government And The Contractor. Additional Tests/reagents/instrumentation May Be Added To The Agreement As New Technology Becomes Available On The Market And Added To The Base Fss Contract. prices And Terms Visn 15 Will Provide An Estimated Volume Of Tests Performed As Reflected In Attachment 1 For Each Individual Medical Center And/or Outpatient Clinic Laboratory. Pricing Is Based On The Average Daily Test Volume Per Instrument/analyzer For Each Facility. The Government Estimates The Volumes Listed In The Attached Spreadsheet Per Facility, But Does Not Guarantee Volumes As Listed; They Are Estimates Only. term Of Agreement: This Will Be A Single Award, Firm-fixed Price Award With One Base Year And Four, One-year Options And Shall Be Effective For The Term Of The Fss Contract Including Additional Fss Extensions. Visn 15 Intends To Establish The Base Year Of The Agreement For The Period Of May 1, 2025, Through April 30, 2026. Current Contract Expires On 04/30/2025. New Equipment Must Be Delivered By April 1, 2025 To Complete Required Validation And Correlation Studies And Comply With Laboratory Standards. ordering Method: The Participating Facilities May Order Products Via Electronic Data Interchange (edi), Telephone, Facsimile, Or Other Written Communication, Identifying The Products By Number, Quantity, Purchase Price, Address For Delivery, And Any Special Instructions. description/specifications/statement Of Work scope Of Procurement the Desired Instrumentation Shall Have The Capability Of Performing Or Reporting The Clinical Parameters As Defined In The Statement Of Work. The Instrument Be Able To Simultaneously Perform The Complete Profile As Described Below And 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). equipment Must Maintain, Or Preferably Reduce The Number Of Workstations Or Overall Labor Required To Accomplish The Required Testing By Each Laboratory. 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 In Attachment Reference 2. 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 Date Must Be Clearly Marked On Reagent, Standards And Control Containers. Unexpected Changes In Methodology/technology Shall Be At The Expense Of The Contractor. 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. the Contractor Will Assist With A Holding Tank For Sites That Use On Demand Orders. Contractor Will Work With The Laboratory To Determine Adequate Reagent Volumes For Contracted Period. Volumes Must Allow For Use Of The Same Lot Number Of Product For The Contracted Period. 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. definitions cost Per Patient Reportable Result (cprr) As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers - 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 Item 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 Producing 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. cost Per Test (cpt) As Defined In The Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contractors Are Required To Provide A Price For Each Test That Can Be Performed On Its Equipment. The Per Test Price Shall Include Costs Covering (a) Equipment Use, (b) All Reagents, Standards, Quality Controls, Supplies, Consumable/disposable Items, Parts, Accessories And Any Other Item Required For The Proper Operation Of The Contractor S Equipment And Necessary For The Generation And Reporting Of A Test Result, (c) All Necessary Maintenance To Keep The Equipment In Good Operating Condition (this Element Includes Both Preventive Maintenance And Emergency Repairs) And (d) Training For Government Personnel. Contractors Are Required To Provide Delivery, Installation, And Removal Of Equipment At No Additional Charge. parameter Definitions pt Prothrombin Time aptt- Activated Partial Thromboplastin Time inr- International Normalized Ratio si- International Sensitivity Index 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 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. test Menu/reagents cppr: Pt/ptt cpt: Fibrinogen, Thrombin Time, D-dimer, Anti-xa, Controls And Calibrators For Esoteric Testing. refer To Attachment Reference 1 For Desired Cprr And Cpt Test Menu And Estimated Annual Volumes. 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 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. back-up Analyzer Equipment Required To Support The Operations Of The Va Laboratories In Those Cases When The Primary Analyzer(s) Is Not Operational/functional. This Category Of Equipment Shall Only Be Operated During Periods Of Time When The Primary Instrumentation Is Not Available For Use. As Such, The Requirements For Consumable Supplies, I.e., Reagents, Quality Control Material, Calibrators, Etc., Shall Be Minimal And Corollary To The Successful Operation Of The Primary Instrumentation. Specific Tests That Require Back-up Performance Are Listed In Attachment Reference 1. contractor Shall Provide Quality Control Material At A Minimum Of Two Levels: Normal And Elevated. all Reagents, Controls, Calibrators, And Normal Donor Plasma (for Annual Lot Changes) Will Be Of The Same Lot Number For All Users. Lot Numbers Will Be In Use At Least Twelve (12) Months. All Sites Covered Under This Agreement Will Convert To The New Yearly Lot Number Within 2 Months Of Each Other. assayed Control Plasma For Pt And Aptt Are The Preferred Products To Assess Test Quality. If Assayed Controls Are Not Offered/available, The Contractor Shall: furnish Assayed Control Plasmas To Be Run Concurrently Until A Range Can Be Established For The Unassayed Material. Provide Documented Peer Review Of Unassayed Control Data. The Product Information Must Specify An Appropriate Isi For The Instrument And Reagent Lot Number Combination. the Isi Value For Pt Reagents Must Be Between 1.0 - 1.3. The Variance Of The Isi Value Between Reagent Lots Must Not Exceed 0.2. ability To Electronically Enter The Isi Value Using Bar Code Technology. documentation Must Be Provided Regarding The Effect Of Lupus Anticoagulants In The Therapeutic Monitoring Of Warfarin. operational Features - The Instrumentation Offered Shall Have The Following: the Capability Of Performing Simultaneous Analysis On 100% Of The Tests Listed In Attachment Reference 1. sufficient Capacity And Continuous Throughput To Meet The Volume And Service Demands As Defined In Attachment Reference 1 For Laboratories That Must Meet 30 Minutes Turnaround Time From Accession To Result Verification. 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, Refer To Section 2.4.16.6. the Accuracy Of The Bar Code Reading Must Have Less Than A 1% Failure Rate. the Equipment Must Be Able To Support Multiple Barcode Formats (code 39, Code 128) That May Be Enabled Concurrently. equipment Must Accept, At A Minimum, 10-character Specimen Identifier That Is Configurable Such As Alphanumeric (letters And Numbers). for Those Sites Requiring Back Up Analyzers, The Backup Analyzer Should Be A Mirror Image Of The Primary Analyzer. ability To Prioritize Stat Testing Without Compromising Existing Programmed Testing. minimal Daily, Weekly, And Monthly Maintenance. equipment Must Be Able To Store And Retransmit Records (24 Hours Of Maximal Instrument Throughput) In Case Of Interface Outage. Capability To Store At Least 1000 Patient Results In A Database For Immediate Recall. ability To Automatically Identify And Manage Potentially Hemolyzed, Lipemic Or Icteric Samples Prior To Analysis. ability To Accept Various Types Of Sample Containers. ability To Locate Patient Samples Using Patient Name, Ssn, Or Unique Id, And Determine When Results Will Be Available. equipment Must Have The Capacity To Cap Pierce Sample Tubes. equipment Must Have The Ability To Continue Operating When Loading Reagents And Disposing Of Waste. technical Features The Instrumentation Must Be Approved By The Food And Drug Administration (fda) And Shall Have The Following: the Following Products Should Be Available: d-dimer d-dimer Hs d-dimer Controls thrombin Time qfa Thrombin, 2 Ml low Fibrinogen Control anti-x anti-xa Calibrator lmw Heparin Controls low Abnormal Control uf Heparin Control calibration Plasma Heparin cuvettes sample Cups cuvette Waste Bin on-board Quality Control (qc) Data Management System. stores A Minimum Of 2 Quality Control Files For Each Level Of Control For A Given Analyte. displays Levy-jennings Graphs Of Quality Control Data. electronically Transfers And Stores Qc Data. stores Individual Qc Results On Multiple Lot Numbers. ability To Evaluate Qc Against Others In Peer Group, Using A Quality Assurance Program. ability To Automatically Program The Performance Of Qc Testing By Time, New Bottle, And Reagent. ability To Monitor Instrument Performance. on-board Reagent Inventory System. minimal Carryover. long Calibration Stability. minimal Reagent, Calibrator, And Control Preparation. no Specimen Pre-treatment Required For Pt And Ptt Testing. primary Tube Sampling With Clot Detection. ability To Perform Calibration Curves On Other Assays During Test Run Without Aborting The Run. ability To Store, Print And Retrieve Multiple Calibration Curves Where Applicable. The Instrument Must Store, Print And Retrieve Curves For Fibrinogen And D-dimer, Such That Using Same Lot Numbers And Patient Specimens May Be Run Rapidly And On A Stat Basis. ability For The Curve Dilutions To Be Defined By The Operator And The Curves Should Be Stable For A Minimum Of Six Months. d-dimer Testing Must Be Fda Approved For Exclusion Of Pe And Dvt. must Have The Ability To Perform Heparin Xa Testing For Establishment Of Heparin Therapeutic Ranges. the Ability To Accommodate The Use Of Third-party Reagents For Specialized Testing the Ability To Trace Reagents Lot, Calibration, And Qc With Results. an On-board Refrigeration System For Reagents. minimum 24-hour On-board Stability Of Pt And Aptt Reagents. minimum Eight (8) Hour Stability Of Quality Control Material. equipment Must Have The Capability To Detect Out Of Range Quality Control And Alert The Operator Of The Occurrence. the System Must Be Able To Obtain Approval To Connect The Va Computer System. The Vendor Must Provide Mds2 Form, Mou (if Applicable) And Va Form 6550. 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. 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. 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. 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 With Line Conditioner For Each Instrument. method Validation - Method Performance/comparison Shall Be 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. Acceptable Accuracy And Precision For Pt, Aptt, Xa And Fibrinogen Will Be < 10% Cv And D-dimer Will Be < 5% Cv. The Method Validation Will Include The Following: correlation Studies For Each Analyte. A Minimum Of 40 Samples Spanning The Reportable Range, Shall Be Run By The Present And The Proposed Method. Contractor Shall Analyze Results And Provide Statistical Data To Support Acceptance Of The New Method. 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 When Applicable. 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 Study 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 (may Be 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 May Be Validated Concurrently With Correlation Studies.â  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 Program(s) 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 If 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. Studies Will Be Performed At All Testing Sites And Common Range Will Be Established For Use In Visn 15. 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, The 2.4.13.7.2 Above Must Be Performed. fda Approved D-dimer, Vendor Established Cut-off For Venous Thromboembolism (vte) And Pulmonary Embolism (pe). reportable Range pt, Aptt, Fibrinogen, Thrombin Time, D-dimer, And Heparin Assays. Contractor Shall Provide Accurate High And Low Reportable Range Limits For All Clotting Assays (i.e., Pt, Aptt And Fibrinogen), Particle Agglutination (immunological) Assays (i.e., D-dimer) And Chromogenic Assays (i.e., Heparin Anti-factor Xa). chromogenic Assays (if Applicable) Contractor Shall Determine A Reportable Range For Chromogenic Assays.â  This Study Should Define The Lowest Level To The Highest Level That Can Be Accurately Reported.â  The Material Used To Calibrate The Instrument Must Not Be Used To Determine The Reportable Range.â  The Sample Material Used Must Have A Known Reference Value.â  A Linearity Study, If Applicable, Must Be Performed To Verify The Reportable Range. Therapeutic Range an Ex Vivo Range Must Be Established.â  The Therapeutic Aptt Range Must Be Determined Using Plasma From Patients On Unfractionated Heparin Therapy.â  Slightly, Moderately, And Very Prolonged Aptt Values Must Be Used.â  Anti-xa Results Must Be Performed To Quantify The Amount Of Heparin Present Relative To The Aptt.â  A Minimum Of 50 Patient Samples Must Be Used.â  A More Detailed Explanation Of This Protocol May Be Found In The Clsi Guideline H47-a2, One Stage Pt And Aptt Tests. in Changing Activated Partial Thromboplastin Time (aptt) Methods, Preference Is Given To A Reagent System That Will Provide The Same (or Nearly The Same) Heparin Responsiveness As The One Currently In Use. 2.4.17 Reports: The Contractor Shall Provide To The Contracting Officer And The Contracting Officer Representative (cor) At Visn 15 A Copy Of A Quarterly Report Of Sales, By Ordering Facility, Within 30 Calendar Days After The Close Of Each Quarter S Business. Reports Are To Reflect, As A Minimum, Total Net Sales, Amounts Before Discount, And Discount Amounts By Ordering Facility As Well As The Raw Data Used To Develop These Reports. These Reports Shall Be Used To Monitor The Commitment Of Each Facility, Reporting The Savings Realized And Shall Be Shared With Each Participating Facility, Personnel Associated With Acquiring The Products, And Respective Laboratory Personnel. Additional Invoice Charges Associated With Reagent And/or Supply Wastage Or Repair Parts Included At No Charge (per Fss Awarded Contract) Shall Not Be Accepted. There Will Be No Additional Charges For Any Reports Required As Part Of The Agreement. Contractor Will Provide Either A Web-based Or An Electronic Workload Reporting Capability To Assist With Monthly Workload Reporting. 2.4.18 Support Features 2.4.18.1 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. start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories, And Any Other Item Included On The List Of Supplies Defined In The Federal Supply Schedule Contract And 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), Linearity (reportable Range), Calibration Verification, Verification Of Reference Interval, And Determination Of Sensitivity And Specificity At No Cost To The Government. The Contractor Shall Perform All The Statistical Analysis As Stated In Paragraph 2.4.13, And Report Data In An Organized, Clearly Comprehensible Format. training. upon Installation - The Contractor Shall Provide An Instrument Training Program For Two Operating Personnel 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 And Minimally Equivalent To The Terms And Conditions For Training Defined In The Contractor S Cost Per Reportable Result Federal Supply Schedule Fsc Group 66, Part Iii, Cost-per-test Clinical Laboratory Analyzers Contract. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. additional Training In Years 2 Through 5 - The Contractor Shall Provide Advanced Training For One Operator Per Year Per Facility. The Requested Training Resources Should Be Flexible; This Is The Ability To Share Or Combine Training Resources Within The Visn Sites. Training Shall Be Provided 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.â  A Training Program That Involves Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant. 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: 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 One Hour. equipment Repair Service Shall Be Provided During Core Business Hours. See Attachment Reference 3 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 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. Contractor Will Perform Necessary Equipment Function Checks To Include But Not Limited To Calibrations, Precision Checks And Quality Controls As Needed For The Equipment. function Checks Will Be Performed After Equipment Is Placed In The New Space. Any Damage Incurred During The Move By The Contractor Is The Responsibility Of The Contractor. Contractor Moving The Equipment Must Be Approved By The Contractor That Provided The Equipment Or Risk Voiding Warranties Or Other Contract Provisions. upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. 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 Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace 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, All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g., Cabinetry To Support/house The Analyzer (if Necessary), Water Systems (including Consumable Polishers, Filters, Etc.), Etc. 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, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Shall Assist In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Csli Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Hazardous Waste The Contractor Shall Provide A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations And Address The Criteria Listed In The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Al. The Description Shall Address The Following: waste Toxicity (reference 40cfr261.11 And 40cfr261.24) waste Ignitability (reference 40cfr261.21) waste Corrosivity (reference 40cfr261.22) waste Reactivity (reference 40cfr261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40cfr261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40cfr261.33) 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 Contractor 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 Degrees 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 If 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 Of The Agreement. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All The Necessary Implementation Requirements Within The Stated Timeframe. Contractors 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 Of A Agreement, The Transition Period For The Awarded Agreement To Have All Equipment And Peripherals Installed And Operational Shall Be From Date Of Award Through May 1, 2025. During This Same Period And As Referenced In Paragraph 2.4.18.3 All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractors Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. Contractor S Submitted Plan Shall Not Exceed May 1, 2025 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 Confirm To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Agreement For Cause Under The Termination For Cause Clause Of The Agreement. on May 1, 2025, 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. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far.52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.) 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 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 More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of This Paragraph 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 Is Responsible For Decontamination Of The Analyzers Prior To Removal Of The Equipment. 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 While 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 Purchase 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 Iso Needs To Maintain The Documentation.
Closing Soon21 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n791.07|t1j|215-697-2579|dylan.e.payne.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00383|tbd|tbd|see Schedule|tbd|see Schedule|||||||| 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 (jun 2003)|6|365 Days|45 Days From Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do-a1| the Small Business Administration Representative At Navsup Wss Has Reviewedthis Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. this Rfp Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;boeing; Drawing Number ( ;81205; ) ;112a7315-486; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: fairing,aircraft ;112a7315-486; P/n, ;7rh 1560 016599590 P8; Nsn, ;available Repair Manuals, Drawings And Specifications Per P/n Requirements; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. fairing,aircraft ;boeing; Company Name , ;mail Stop 45-24 P.o. Box 3707, Seattle Wa 98124-220; Address , ;81205; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date28 Oct 2024
Tender AmountRefer Documents 

Other Organizations Tender

Electrical and Electronics...+1Electrical Works
France
Details: Firm tranche: The mission of the holder consists of carrying out the following services: Studies: hydraulic, electrical, civil engineering, implementation, etc.; Procurement; Intervention documents. Carrying out the works: Site easements; A concrete retention tank; A concrete channel; A concrete slab; Electrical cables and their connection; Piping and its connection; Regulation of the operation of the air cooler and the refrigeration units; Waste disposal; Testing and start-up; Cleaning the site; Updating plans; Carrying out the Doe; Acceptance operations. Optional tranche: The mission of the holder consists of carrying out the following services: Option No. 1: Regulation controls for each circuit. Option No. 2: Dismantling the Tar and its surroundings (piping, electrical cables, etc.) between the premises and the Tar: Demolition of the Tar support; Waste disposal; Modification of the premises' electrical cabinet following the removal of the Tar; Modification of the "Normal" and "Emergency" cabinets; Updating of the plans.
Closing Date15 Nov 2024
Tender AmountRefer Documents 

City Of Bayawan Tender

Civil And Construction...+3Others, Construction Material, Electrical and Electronics
Philippines
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Lot No. I Cement 30 150 Bag/s Cement, Portland (40kgs/bag), Type 1 Cement, Portland (40kgs/bag), Type 1 Cement, Portland (40kgs/bag), Type 1 Cement, Portland (40kgs/bag), Type 1 Cement, Portland (40kgs/bag), Type 1 Cement, Portland (40kgs/bag), Type 1 Lot No. Ii Bars 4 35 Length/s Angle Bar, 6mm X 38mm X 38mm X 6m Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black 5 30 Length/s Square Bar, 12mm X 6m Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White Thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White 6 100 Length/s Deformed Steel Bar, 10mm Ø X 6m, Grade 33 Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), White Lot No. Iii Construction Materials 1 238 Length/s "tube, G.i., Rectangular, Thk=2.5mm, 50mm X 75mm X 6m" Service Drop Wire, # 6 (14mm2) (m), Awg Service Drop Wire, # 6 (14mm2) (m), Awg Service Drop Wire, # 6 (14mm2) (m), Awg Service Drop Wire, # 6 (14mm2) (m), Awg Service Drop Wire, # 6 (14mm2) (m), Awg 2 100 Length/s "g.i. Tube, Rectangular, Thick: 2.5mm X 50mm X 100mm X 6m" Service Grip Wire, # 4 Service Grip Wire, # 4 Service Grip Wire, # 4 Service Grip Wire, # 4 Service Grip Wire, # 4 3 3 Length/s "g.i. Tube, Rectangular, Thick: 1.5mm X 50mm X 150mm X 6m" Service Grip, Dead End Performed Type, Size # 6 Awg Service Grip, Dead End Performed Type, Size # 6 Awg Service Grip, Dead End Performed Type, Size # 6 Awg Service Grip, Dead End Performed Type, Size # 6 Awg Service Grip, Dead End Performed Type, Size # 6 Awg 7 1 Length/s "pipe, G.i. 40mm Ø X 6m,wt=3.70mm , Outside Dia= 48.30, 4.069kg/m, Heavy Gauge" Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black Thw Wire, # 12 (3.5mm2), Stranded (150m/roll/bx), Black 8 1 Length/s "pipe, G.i. 50mm Ø X 6m, Wt=4.0mm , Outside Dia= 60.30, 5.553kg/m, Heavy Gauge" Non-metal. Sheated Wire, Duplex, # 10, 2.6mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 10, 2.6mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 10, 2.6mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 10, 2.6mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 10, 2.6mm Dia, Awg, 75m/roll/bx 9 850 Sheet/s Fiber Cement Board, 6mm X 1.2m X 2.4m Non-metal. Sheated Wire, Duplex, # 12, 2mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 12, 2mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 12, 2mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 12, 2mm Dia, Awg, 75m/roll/bx Non-metal. Sheated Wire, Duplex, # 12, 2mm Dia, Awg, 75m/roll/bx 10 377 Sheet/s "plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a" Royal Cord, # 14 Awg, 2 Wire (75m/roll) Royal Cord, # 14 Awg, 2 Wire (75m/roll) Royal Cord, # 14 Awg, 2 Wire (75m/roll) Royal Cord, # 14 Awg, 2 Wire (75m/roll) Royal Cord, # 14 Awg, 2 Wire (75m/roll) 11 26 Box/es "rod/electrode, Welding, E6013, 1/8"" (bx)) (matchless Quality, Iso 9001, 2000 Certified, 20 Kg/box)" Circuit Breaker, 15a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 15a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 15a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 15a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 15a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type 12 29 Set/s "door, Wooden, Pre-fab, 0.90m X 2.10m, With Door Jamb" Circuit Breaker, 20a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 20a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 20a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 20a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 20a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type 13 19 Set/s "door Knob, Adjustable Tubular Latch Type, Chrome Polished (good Quality)" Circuit Breaker, 60a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 60a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 60a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 60a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 60a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type 14 44 Set/s "hinges, Steel, 100mm X 100mm, Loose Pin, W/ Screws" Circuit Breaker, 100a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 100a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 100a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 100a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type Circuit Breaker, 100a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type 15 5 Can/s Sealant, Elastomeric/roof (1 Lit/can) Circuit Breaker, 60a, 2 Pole, Bolt-on Circuit Breaker, 60a, 2 Pole, Bolt-on Circuit Breaker, 60a, 2 Pole, Bolt-on Circuit Breaker, 60a, 2 Pole, Bolt-on Circuit Breaker, 60a, 2 Pole, Bolt-on 16 59 Box/es "blind Rivets, 5/32"" Dia X 1/2"" Long, For Roofing Accessories/bended Panels, (1000pcs/box)" Circuit Breaker, 100a, 3 Phase, 3 Pole, Bolt-on Circuit Breaker, 100a, 3 Phase, 3 Pole, Bolt-on Circuit Breaker, 100a, 3 Phase, 3 Pole, Bolt-on Circuit Breaker, 100a, 3 Phase, 3 Pole, Bolt-on Circuit Breaker, 100a, 3 Phase, 3 Pole, Bolt-on 17 25 Box/es Blind Rivets, 3mm Dia X 19mm Long (1000pcs/box) Bulb, Led, 7w, 220v, Daylight Bulb, Led, 7w, 220v, Daylight Bulb, Led, 7w, 220v, Daylight Bulb, Led, 7w, 220v, Daylight Bulb, Led, 7w, 220v, Daylight 18 105 Length/s C-purlins, 1.5mm X 50mm X 100mm X 6.0m Bulb, Led, 15w, 220v, Daylight Bulb, Led, 15w, 220v, Daylight Bulb, Led, 15w, 220v, Daylight Bulb, Led, 15w, 220v, Daylight Bulb, Led, 15w, 220v, Daylight 19 290 Length/s Swall Angle, T=0.4mm X 25mm X 25mm X 2.44m Socket, Plastic, 106mm, E27 Socket, Plastic, 106mm, E27 Socket, Plastic, 106mm, E27 Socket, Plastic, 106mm, E27 Socket, Plastic, 106mm, E27 20 340 Length/s "carrying Channel, T: 0.8mm X L: 5.0m (12mm X 38mm)" Rubber Socket, For Incandescent Lamp, Heavy Duty Rubber Socket, For Incandescent Lamp, Heavy Duty Rubber Socket, For Incandescent Lamp, Heavy Duty Rubber Socket, For Incandescent Lamp, Heavy Duty Rubber Socket, For Incandescent Lamp, Heavy Duty 21 6500 Pc/s Suspension Clip, G.i Socket, Porcelain, E27 Socket, Porcelain, E27 Socket, Porcelain, E27 Socket, Porcelain, E27 Socket, Porcelain, E27 22 680 Length/s "furring Metal, Double, T: 0.4mm X L: 3.0m ( 25mm X 50mm)" Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal Junction Box, 100mm X 100mm, W/ Cover & Screw, Octagonal 23 1 Pc/s Hand Riveter Box, Utility, Pvc, 50mm X 100mm, Flush Type Box, Utility, Pvc, 50mm X 100mm, Flush Type Box, Utility, Pvc, 50mm X 100mm, Flush Type Box, Utility, Pvc, 50mm X 100mm, Flush Type Box, Utility, Pvc, 50mm X 100mm, Flush Type 24 3 Box/es Screw, Gypsum, 25mm X 3.5mm Dia (1000pcs/box) Box, Utility, Plastic, Surface Type Box, Utility, Plastic, Surface Type Box, Utility, Plastic, Surface Type Box, Utility, Plastic, Surface Type Box, Utility, Plastic, Surface Type 25 5 Kg/s Nails, Common Wire, 100mm Convenience Outlet, Flush Type, 2 Gang, W/ Plates, Bracket, Cover And Screw (universal Type, Heavy Duty) Convenience Outlet, Flush Type, 2 Gang, W/ Plates, Bracket, Cover And Screw (universal Type, Heavy Duty) Convenience Outlet, Flush Type, 2 Gang, W/ Plates, Bracket, Cover And Screw (universal Type, Heavy Duty) Convenience Outlet, Flush Type, 2 Gang, W/ Plates, Bracket, Cover And Screw (universal Type, Heavy Duty) Convenience Outlet, Flush Type, 2 Gang, W/ Plates, Bracket, Cover And Screw (universal Type, Heavy Duty) 26 5 Kg/s Nails, Concrete, 25mm Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw Switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw 27 6 Set/s Corrugated Sheet, G.i., 0.27mm X 3.0m Switch, Light, 3 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 3 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 3 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 3 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 3 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang 28 5 Pc/s Cut-off Disc/wheel, 350mm, Heavy Duty Switch, Light, 4 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 4 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 4 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 4 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang Switch, Light, 4 Way, Flush Type, W/ Plate, Cover & Screw, Single Gang 29 4 Pc/s Grinding Stone, 100mm Dia Switch, Surface Type, Light, One Gang Switch, Surface Type, Light, One Gang Switch, Surface Type, Light, One Gang Switch, Surface Type, Light, One Gang Switch, Surface Type, Light, One Gang 31 40 Pc/s Tiles, Floor, Ceramic, 60cm X 60cm Non Skid Service Entrance Cap, Size 25mm Dia, Clip Type Service Entrance Cap, Size 25mm Dia, Clip Type Service Entrance Cap, Size 25mm Dia, Clip Type Service Entrance Cap, Size 25mm Dia, Clip Type Service Entrance Cap, Size 25mm Dia, Clip Type 32 40 Pail/s Latex Paint, Flat White (pail) Service Entrance Cap, Size 32mm Dia, Clip Type Service Entrance Cap, Size 32mm Dia, Clip Type Service Entrance Cap, Size 32mm Dia, Clip Type Service Entrance Cap, Size 32mm Dia, Clip Type Service Entrance Cap, Size 32mm Dia, Clip Type 33 60 Gal/s Paint, Latex, Paint Reinvented (16lit/pail), Semi Gloss, White Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v 34 5 Gal/s Paint Primer, Metal, Red Oxide (gal) Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v Tape, Electrical, Vinyl, .177mm X 3/4"/19mm X 16m, Flame Retardant, 600v 35 10 Pc/s Tray, Plastic, Paint Tape, Electrical, Waterproof, 600v Tape, Electrical, Waterproof, 600v Tape, Electrical, Waterproof, 600v Tape, Electrical, Waterproof, 600v Tape, Electrical, Waterproof, 600v 36 20 Pc/s Paint Roller W/ Handle, 175mm Cable Tie, 150mm Long (100pcs/pk) Cable Tie, 150mm Long (100pcs/pk) Cable Tie, 150mm Long (100pcs/pk) Cable Tie, 150mm Long (100pcs/pk) Cable Tie, 150mm Long (100pcs/pk) 37 10 Pc/s Brush, Paint, 75mm, Hair Type Cable Tie, 350mm (100pcs/pack) Cable Tie, 350mm (100pcs/pack) Cable Tie, 350mm (100pcs/pack) Cable Tie, 350mm (100pcs/pack) Cable Tie, 350mm (100pcs/pack) 38 10 Pc/s Brush, Paint, 50mm, Hair Type Staple Wire, Insulated, 25mm (100pcs/box) Staple Wire, Insulated, 25mm (100pcs/box) Staple Wire, Insulated, 25mm (100pcs/box) Staple Wire, Insulated, 25mm (100pcs/box) Staple Wire, Insulated, 25mm (100pcs/box) 39 5 Gal/s Thinner, Paint (3.75lit/can) Screw, Gypsum, 25mm (1000pcs/box) Screw, Gypsum, 25mm (1000pcs/box) Screw, Gypsum, 25mm (1000pcs/box) Screw, Gypsum, 25mm (1000pcs/box) Screw, Gypsum, 25mm (1000pcs/box) 40 125 Gal/s Epo Coat Mb, Primer, White Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 25mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 25mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 25mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 25mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 25mm Long (100pcs/box) 41 210 Gal/s Epo Coat Fc, Primer, Light Gray Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 38mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 38mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 38mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 38mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 38mm Long (100pcs/box) 42 3 Pc/s "floor Squeegee With Long Handle Heavy Duty Floor Wiper Rubber Blade Wiper Cleaning Tools" Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 62mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 62mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 62mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 62mm Long (100pcs/box) Screw, Junction Box Screw, Flat / Pan Head, 6/32" Dia, 62mm Long (100pcs/box) 43 1 Pail/s Putty Master, Tofil 807, Masonry Screw, Lag Screw, 6mm Dia X 38 Mm, W/ Plain Washer And Expansion Shield Screw, Lag Screw, 6mm Dia X 38 Mm, W/ Plain Washer And Expansion Shield Screw, Lag Screw, 6mm Dia X 38 Mm, W/ Plain Washer And Expansion Shield Screw, Lag Screw, 6mm Dia X 38 Mm, W/ Plain Washer And Expansion Shield Screw, Lag Screw, 6mm Dia X 38 Mm, W/ Plain Washer And Expansion Shield Lot No. Iv Electrical Materials 44 5 Pack/s "c-clamp/clip, Pvc, 20mm Dia, W/ Concrete Nails (100pcs/pk)" Brush, Steel, Wood/plastic Handle Brush, Steel, Wood/plastic Handle Brush, Steel, Wood/plastic Handle Brush, Steel, Wood/plastic Handle Brush, Steel, Wood/plastic Handle 45 5 Pack/s "c-clamp/clip, Pvc, 25mm Dia, W/ Concrete Nails (100pcs/pk)" Brush, Paint, 50mm, Hair Type Brush, Paint, 50mm, Hair Type Brush, Paint, 50mm, Hair Type Brush, Paint, 50mm, Hair Type Brush, Paint, 50mm, Hair Type 46 2 Pack/s "c-clamp/clip, Pvc, 32mm Dia, W/ Concrete Nails 100pcs/pk" Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm 47 5 Pack/s "pipe Connector, Pvc, Electrical, 20mm Dia (100pcs/pk)" Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 48 5 Pack/s "pipe Connector, Pvc, Electrical, 25mm Dia (100pcs/pk)" Nails, Common Wire, 38mm Nails, Common Wire, 38mm Nails, Common Wire, 38mm Nails, Common Wire, 38mm Nails, Common Wire, 38mm 49 30 Pack/s "pipe Connector, Pvc, Electrical, 32mm Dia (100pcs/pk)" Nails, Common Wire, 62mm Nails, Common Wire, 62mm Nails, Common Wire, 62mm Nails, Common Wire, 62mm Nails, Common Wire, 62mm 50 200 Length/s "pipe, Pvc, Electrical, 20mm Dia X 3m, Thickwall, Orange" G-melina, Mahogany And Equivalent, 50mm X 50mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 50mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 50mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 50mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 50mm X 2.4m 51 150 Length/s "pipe, Pvc, Electrical, 25mm Dia X 3m, Thickwall, Orange" G-melina, Mahogany And Equivalent, 50mm X 75mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 75mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 75mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 75mm X 2.4m G-melina, Mahogany And Equivalent, 50mm X 75mm X 2.4m 52 10 Length/s "pipe, Pvc, Electrical, 32mm Dia X 3m, Thickwall, Orange" Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m 53 10 Length/s "pipe, Pvc, Electrical, 40mm Dia X 3m, Thickwall, Orange" Paint, Enamel (gal), Flatwall, White Paint, Enamel (gal), Flatwall, White Paint, Enamel (gal), Flatwall, White Paint, Enamel (gal), Flatwall, White Paint, Enamel (gal), Flatwall, White 54 5 Length/s "pipe, Pvc, Electrical, 75mm Dia X 3m, Thickwall, Orange" Acrylic Spray Paint, Flat Black(400cc/can) Acrylic Spray Paint, Flat Black(400cc/can) Acrylic Spray Paint, Flat Black(400cc/can) Acrylic Spray Paint, Flat Black(400cc/can) Acrylic Spray Paint, Flat Black(400cc/can) 55 210 Pc/s Box, Utility, Plastic, Surface Type Acrylic Spray Paint, Maroon(400cc/can) Acrylic Spray Paint, Maroon(400cc/can) Acrylic Spray Paint, Maroon(400cc/can) Acrylic Spray Paint, Maroon(400cc/can) Acrylic Spray Paint, Maroon(400cc/can) 56 100 Pc/s Box, Utility, Pvc, 50mm X 100mm, Flush Type Acrylic Spray Paint, Yellow(400cc/can) Acrylic Spray Paint, Yellow(400cc/can) Acrylic Spray Paint, Yellow(400cc/can) Acrylic Spray Paint, Yellow(400cc/can) Acrylic Spray Paint, Yellow(400cc/can) 57 250 Pc/s "junction Box, 100mm X 100mm W/ Cover And Screw, Octagonal" Acrylic Spray Paint, Blue(400cc/can) Acrylic Spray Paint, Blue(400cc/can) Acrylic Spray Paint, Blue(400cc/can) Acrylic Spray Paint, Blue(400cc/can) Acrylic Spray Paint, Blue(400cc/can) 58 10 Set/s Pvc Square Box With Cover Acrylic Spray Paint, Red(400cc/can) Acrylic Spray Paint, Red(400cc/can) Acrylic Spray Paint, Red(400cc/can) Acrylic Spray Paint, Red(400cc/can) Acrylic Spray Paint, Red(400cc/can) 59 75 Set/s "tape, Electrical, Vinyl, .177mm X 3/4""/19mm X 16m, Flame Retarded, 600v" Acrylic Spray Paint, Green(400cc/can) Acrylic Spray Paint, Green(400cc/can) Acrylic Spray Paint, Green(400cc/can) Acrylic Spray Paint, Green(400cc/can) Acrylic Spray Paint, Green(400cc/can) 60 3 Set/s "tape, Electrical, Rubber, 18mm X 5m, Self Fusing Ethylene Propylene Rubber" Acrylic Spray Paint, Brown(400cc/can) Acrylic Spray Paint, Brown(400cc/can) Acrylic Spray Paint, Brown(400cc/can) Acrylic Spray Paint, Brown(400cc/can) Acrylic Spray Paint, Brown(400cc/can) 61 2 Set/s Service Entrance Cap, Size 75mm Dia, Clip Type Latex Paint, Flat Yellow (l/can) Latex Paint, Flat Yellow (l/can) Latex Paint, Flat Yellow (l/can) Latex Paint, Flat Yellow (l/can) Latex Paint, Flat Yellow (l/can) 62 2 Set/s "ground Rod, Steel Galv., 16mm Dia X 3m, W/ Ground Clamp" Latex Paint, Flat Red (l/can) Latex Paint, Flat Red (l/can) Latex Paint, Flat Red (l/can) Latex Paint, Flat Red (l/can) Latex Paint, Flat Red (l/can) 63 10 Set/s Connector, Split Bolt, # 4/0 Awg Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm Paint Roller W/ Handle, 175mm 64 10 Set/s Connector, Split Bolt, 80mm2 Hat, Hard, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow Hat, Hard, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow Hat, Hard, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow Hat, Hard, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow Hat, Hard, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 65 12 Pc/s Connector, Split Bolt, # 2 (30mm2), Burndy Vest, Reflectorized, Safety, Green Vest, Reflectorized, Safety, Green Vest, Reflectorized, Safety, Green Vest, Reflectorized, Safety, Green Vest, Reflectorized, Safety, Green 66 12 Pc/s Connector, Split Bolt, # 4 (22mm2), Burndy Vest, Reflectorized, Safety, Orange Vest, Reflectorized, Safety, Orange Vest, Reflectorized, Safety, Orange Vest, Reflectorized, Safety, Orange Vest, Reflectorized, Safety, Orange 67 2 Pack/s Screw, Gypsum, 25mm (1000pcs/box)with Tox Caution Tape, Yellow, 3" X 1,000' Caution Tape, Yellow, 3" X 1,000' Caution Tape, Yellow, 3" X 1,000' Caution Tape, Yellow, 3" X 1,000' Caution Tape, Yellow, 3" X 1,000' 68 30 Pc/s Expansion Bolt M8 X 65 Mm, Concrete Anchor Danger Tape, Red, 3" X 1,000' Danger Tape, Red, 3" X 1,000' Danger Tape, Red, 3" X 1,000' Danger Tape, Red, 3" X 1,000' Danger Tape, Red, 3" X 1,000' 69 5 Pc/s Drill Bit, Masonry, 1/8" Dia Gloves, Working, Rubber & Cloth Combination, Good Quality Gloves, Working, Rubber & Cloth Combination, Good Quality Gloves, Working, Rubber & Cloth Combination, Good Quality Gloves, Working, Rubber & Cloth Combination, Good Quality Gloves, Working, Rubber & Cloth Combination, Good Quality 70 5 Pc/s Drill Bit, Masonry, 3/8"mm Dia 71 5 Pc/s Drill Bit, Masonry, 6mm Dia 72 5 Pc/s Drill Bit, Masonry, 10mm Dia 73 5 Pc/s Drill Bit, Masonry, 12mm Dia 74 20 Pc/s Drill Bit, 1/8" Dia, For Steel 75 20 Pc/s Drill Bit, 3/16" Dia, For Steel 76 5 Pc/s Drill Bit, 1/4" Dia, For Steel 77 5 Pc/s Drill Bit, 3/4" Dia, For Steel 78 5 Pc/s Drill Bit, 5/8" Dia, For Steel 79 6 Pack/s Cable Tie, 350mm (100pcs/pack) 80 6 Pack/s Cable Tie, 400mm (100pcs/pack) 81 85 Pc/s Cutting Disc, 100mm Dia, For Metal 82 10 Pc/s Cutting Disc, 100mm Dia, For Masonry 83 5 Can/s Solvent Cement, Pvc (500 Cc/can) With Brush 84 60 Meter/s Thw Wire, # 4/0 (100mm2), Stranded (m), Black 85 60 Meter/s Thw Wire, # 4/0 (100mm2), Stranded (m), White 86 75 Meter/s Thw Wire, # 1/0 (50mm2), Stranded (m), Green 87 30 Meter/s Thw Wire,22mm2, Stranded, Black 88 30 Meter/s Thw Wire,22mm2, Stranded, White 89 40 Meter/s Thw Wire,14mm2, Stranded, Green 90 1 Roll/s "thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Black" 91 1 Roll/s "thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), White" 92 1 Roll/s "thw Wire, # 8 (8mm2), Stranded (150m/roll/bx), Green" 93 2 Roll/s "thw Wire, # 10 (5.5mm2), Stranded (150m/bx), Black" 94 2 Roll/s "thw Wire, # 10 (5.5mm2), Stranded (150m/bx), White" 95 1 Roll/s "thw Wire, # 10 (5.5mm2), Stranded (150m/bx), Green" 96 10 Roll/s Thw, #12 (3.5mm2), Stranded (150m/bx), Black 97 10 Roll/s Thw, #12 (3.5mm2), Stranded (150m/bx), White 98 3 Roll/s Thw, #12 (3.5mm2), Stranded (150m/bx), Green 99 165 Set/s Ultra Thin Led Lights, 24watts, Surface Type 100 75 Set/s Ultra Thin Led Lights, 15watts, Surface Type 101 1 Set/s "manual Transfer Switch (mts) 250a, Double Breaker, With Mechanical Handle (includes: Current Transformer, Frequency Meter, Ammeter, Voltmeter And Wirings) With Selector Knob, 60hz, Bolt-on, Threephase, With Ground Terminal, Complete Accessories" 102 1 Set/s "distri. Panel, W/ Cen. Main 250a, 3 Pole, 3 Phase, 250v, Bolt-on, W/ 4 Branches Circuit Breaker, 2-unit 60a, 2-units 100a, 3 Pole, 3 Phase Bolt-on, W/ Extended Bus Bar And Ground Terminal, Complete Accesssories" 103 1 Set/s "distri. Panel, W/ Cen. Main 60a, 3 Pole, 3 Phase, 250v, Bolt-on, W/ 12 Branches Circuit Breaker, 11- Units 15a, 1-unis 20a, 2 Pole, Single Phase Bolt-on, W/ Extended Bus Bar And Ground Terminal, Complete Accessories" 104 2 Set/s "distri. Panel, W/ Cen. Main 100a, 3 Pole, 3 Phase, 250v, Bolt-on, W/ 20 Branches Circuit Breaker, 18- Units 20a, 2-unit 30a, 2 Pole, Simgle Phase Bolt-on, W/ Extended Bus Bar And Ground Terminal, Complete Accessories" 105 2 Unit/s "37.5 Kva Ditribution Transformer, 7620/13200vy - 240/480 Volts Oisc, W/ 2-2½, Taps Above And N.v., Fuse Link, Fuse Cut-out And Accessories" 106 4 Set/s "transformer Cluster Hanger, With Complete Accessories" 107 3 Set/s Current Transformer (150 : 5) 108 5 Meter/s Flexible Conduit, 1" Dia, Metallic, Liquid Tight 109 4 Pc/s Connector, Straight, Liquid Tight, 1" Dia 110 4 Pc/s Connector, Angle, Liquid Tight, Size: 1", 90 Deg 111 1 Set/s "kilowatt-hour Meter, Ge Kv2c, 3 Phase, Fm48a Cl20, 120-240 Volts With Switches" 112 28 Set/s Emergency Light, Twin Head, Led, Garfield 113 35 Set/s "convenience Outlet, 1 Gang, 2 Devices, W/ Plates, Bracket, Cover & Screw (universal Type, Heavy Duty)" 114 115 Set/s "convenience Outlet, Flush Type, 2 Gang, 3 Prong Grounding W/ Plates, Bracket, Cover & Screw, Universal Type, H. Duty" 115 10 Set/s "switch, Light, Flush Type, Single Gang, W/ Plate, Bracket, Cover & Screw" 116 18 Set/s "switch, Light, Flush Type, 2 Gang, W/ Plate, Bracket, Cover & Screw" 117 30 Set/s "switch, Light, Flush Type, 3 Gang, W/ Plate, Bracket, Cover & Screw" 118 2 Set/s "pull Box, Metal Enclosure, 350mmx 150mm X 100mm, With Cover" 119 16 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), White Unicon" 120 8 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), Green Unicon" 121 8 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), Red Unicon" 122 16 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), Blue Unicon" 123 8 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), Black Unicon" 124 8 Meter/s "thhn Wire, # 12/3.5mm2, Stranded (m)), Yellow Unicon" 125 7 Meter/s "flexible Conduit, 1"" Dia, Metallic, Liquid Tight Mcgill" 126 2 Pc/s Connector, Straight, Liquid Tight, 1" Dia Mcgill 127 2 Pc/s Connector, Angle, Liquid Tight, 1" Dia Mcgill 128 1 Unit/s "kw-hr Meter, Digital Kv2c +, Fitz All Multi-function Meter, 20a, 120-240 V, 4w Kh 1.8, 50/60 Hz, Fm48a W/ Activated Soft Switches T, K, Q, & Rm W/ Erc Seal) K, Q & R W/ Erc Seal" 129 1 Unit/s Current Transformer Box Power Arc 130 1 Unit/s Meter Box, Jfi (for Kv2c Meter) 131 1 Pack/s Cable Tie, 8" (100pcs/pk) 132 1 Pack/s Cable Tie, 350mm (100pcs/pack) 133 2 Pc/s Cambric Tubing, 10mm Dia 134 10 Pc/s Clamp, Metal, 1" Dia, 2-holes 135 10 Set/s "led, Flood Light, 100w, 220v-240v, 50/60hz, Ip65, With Bracket, Daylight" 136 4 Pc/s "circuit Breaker, 30a, 2 Pole, Bolt-on, Single Phase W/ Casing, Outdoor Type" ** ** ** Nothing Follows ** ** ** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 10,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents October 03, 2024 To October 23, 2024@ 5:00 P.m. Pre-bid Conference October 10, 2024@ 9:00 Am Deadline/opening Of Bids October 24, 2024@ 9:00 Am Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
Closing Soon24 Oct 2024
Tender AmountPHP 5.5 Million (USD 97.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Sources Sought Notice sources Sought Notice page 3 Of 3 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 3 subject* 2025 Hchv Cers Acquisition, Evansville, In general Information contracting Office S Zip Code* 66048 solicitation Number* 36c25525q0015 response Date/time/zone 10-31-2024 5pm Central Time, Chicago, Usa archive 10 Days After The Response Date recovery Act Funds n set-aside product Service Code* g004 naics Code* 624221 contracting Office Address department Of Veterans Affairs network Contracting Office (nco) 15 3450 S 4th Street Trafficway leavenworth Ks 66048 point Of Contact* contract Specialist patricia A. Trusler patricia.trusler@va.gov no Questions Will Be Answered By Phone. place Of Performance address marion Va Medical Center evansville Health Center 6211 East Waterford Blvd. evansville, In postal Code 47715 country usa additional Information agency S Url https://www.va.gov/ url Description contract Specialist agency Contact S Email Address patricia.trusler@va.gov email Description contract Specialist description sources Sought disclaimer this Is Not A Solicitation And No Contracts Shall Be Awarded From This Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice Or Any Follow Up Information Requested. sdvosb And Vosb Respondents Are Encouraged To Provide Proof Of Verification In Vip. Consistent With Public Law 109-461 (38 U.s.c. 8127 And 8128), The Va Shall Award Contracts Based Upon Competition Restricted To Sdvosbs Or Vosbs When A Contracting Officer Has A Reasonable Expectation, Based On Market Research, That Two Or More Firms Listed As Verified In Vendor Information Pages Database Are Likely To Submit Offers And An Award Can Be Made At A Fair And Reasonable Price That Offers Best Value To The United States. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought Only. The Purpose Of This Sources Sought Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 624221. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following: description, Specifications And Requirements purpose: The Department Of Veteran Affairs, Va Marion Va Medical Center Hereafter Referred To As Mvamc, Evansville Health Center, Is Located At 6211 East Waterford Blvd., Evansville, In 47715, Requires Contractor To Provide Homeless Veteran Services Through A Contracted Emergency Residential Services (cers) Model Of Residential Care At A Facility Located Within 25 Miles Of The Above Medical Center. These Services, 20 Bed Day Of Care (bdoc) Not To Exceed 7,300 Bdoc Annually, Are To Be Provided To Homeless Veterans As Defined In The Performance Work Statement (pws). The Va National Center On Homelessness Among Veterans ( The Center ) Will Provide Ongoing Training For Program Development For Both Contract Providers And Va Staff. Contractor Will Be Evaluated Based On The Center S Established Evaluation Protocol And Program Fidelity Measures. contracted Emergency Residential Services (cers) Programs Target And Prioritize Homeless Veterans Transitioning From Literal Street Homelessness, Veterans Being Discharged From Institutions, And Veterans Who Recently Became Homeless And Require Safe And Stable Living Arrangements While They Seek Permanent Housing. Cers Programs, Either Directly Or Through Linkage With Community And Other Va Services, Provide Time-limited Services Such As Supporting Mental Health Stabilization, Sud Treatment Services, Enhancement Of Independent Living Skills, Vocational Training, And Employment Services. Emphasis Is Placed On Referral And Placement In Permanent Housing Or Longer-term Residential Programs Utilizing Va And/or Community Resources. Lengths Of Stay In Cers Typically Range From 30 To 90 Days With The Option To Extend Based On Clinical Need. Eligibility Will Be Determined By The Va, Based On Veteran Status; Meeting The Mckinney-vento Homeless Assistance Act Definition Of Homelessness (see Http://www.hudhre.info/hearth/ For Additional Information); And An Assessment By The Va Hchv Program Resulting In A Determination Of Making The Veteran Highly Vulnerable And Requiring Cers Services. background And Overview: The Department Of Veteran Affairs (va) Has Been Providing Direct And Specialized Services For Homeless Veterans For Nearly 25 Years. The Secretary Of The Va Has Set A Zero-tolerance Policy For Homelessness Within The Veteran Population. As Part Of The Plan To End Homelessness Among Veterans Announced In Late 2009, The Veterans Health Administration Has Been Increasing Both Capacity Of Existing Programs And Services Offered To Program Participants. The Plan Calls For Utilizing New Models Of Care Not Previously Offered By Va. the Va S Plan To End Veteran Homelessness Calls For Enhancing Current Homeless Service Capacity As Well As Developing New Programs And Initiatives In Concert With Community And Federal Partners. This Contract Will Enable The Mvamc To Engage A Community Provider To Offer Homeless Veterans Services Through A Cers Model Of Residential Care. This Model Will Offer Services 20 Bed Days Of Care (bdoc) Not To Exceed 7,300 Bdoc Annually To Homeless Veterans Under The Hchv Cers Program Enhanced By The Services As Defined In The Pws. Rapid Stabilization Of The Veterans Medical, Mental Health, Substance Abuse And Other Psychosocial Problems In Order To Place Veterans In Other Appropriate Transitional Or Permanent Housing Within 60 To 90 Days, With No More Than 180 Days, Without A Planned Reason For The Extension Approved By The Va Liaison, Is An Expected Outcome Of This Contract. the Community-based Contractor Should Have A Minimum Of 18 Months Experience As A Cers Provider Or 18 Months Experience With Other Emergency Shelter Models Or Experience With Direct Service To The Homeless, Or A Combination Of The Above Documented In The Quote. this Contract Will Be Awarded To A Contractor Having An Acceptable Facility Within 25 Miles Of The Mvamc. If No Facilities Are Available Within This Area, Consideration Will Be Given To The Contractor Whose Facility Meets All The Stated Requirements And Is Closest To The Mvamc. A Va Liaison To The Contractor Will Be Identified By The Homeless Program Leadership At Va. This Individual Will Act As The Coordinator Of Cers Program For Administrative Related Issues And Clinical Liaison For All Client Related Issues Between The Contractor And Va By Providing Clinical Oversight. The Va Liaison Will Not Provide Direct Clinical Supervision To Contractor Staff. The Va Liaison Will Also Consult With And Provide Input To The Contractor As Needed. the Contractor Shall Provide All Labor, Supervision, Housing, Material And Supplies Necessary To Provide Emergency Residential Placement, Treatment, And Supportive Services Through The Hchv Program Cers Model. Services Will Be Provided On-site At The Contractor S Facility, In Accordance With All Term S Conditions, Provisions And Requirements Of The Contract. implementation Timeline: The Contract Facility And Associated Onsite Services Are Expected To Pass Inspection And Become Fully Operational Within 30 Days From The Date Of Contract Award. Failure To Meet The 30-day Milestone May Result In The Contract Being Terminated. The Contractor Will Demonstrate Successful Completion Of The Following Tasks, Validated By Va Inspection, Prior To Receiving Veteran Referrals And Invoicing For Payment: site Control Demonstrated At Time Of Contract Award. This May Be Through Ownership Or Lease. All Permits And License Will Be Reviewed. The Contractor Is Required To Ensure That The Facility Used For This Contract Meets Fire And Safety Code Imposed By The State Law, And The Life Safety Code Of The National Fire And Protection Association. It Is Important To Note That Typically The Life Safety Code Is More Stringent Than Local Or State Codes. No Additional Funds Will Be Made Available For Capital Improvements Under This Contract. Applicants Also Should Note That All Facilities, Unless They Are Specifically Exempted Under The Life Safety Code, Are Required To Have An Operational Sprinkler System. va Will Conduct An Inspection That Contractor Sites Must Pass Prior To Contract Award. The Contractor Is Required To Ensure The Facility Used For This Contract Meets The Americans With Disabilities Act (ada) Guidelines For Accessible Accommodations For Veterans With Physical Limitations Or Impairments. This Is Also Referred To As Architectural Barriers Act Compliant. At Least 5% 7% Of A Facility S Hchv Contract Residential Care Beds Must Meet Ada Accessibility Requirements, To Include Entrances/exits, Bathroom Facilities, And Common Areas. Veterans Must Not Be Segregated From The Rest Of The Facility Due To Physical Disability; They Must Have Full Access To The Services And Supports At The Facility. contractor Facility Must Be Licensed As Required For The Particular Setting Under State Or Federal Authority, And Must Meet All Applicable Local, State, And/or Federal Requirements Concerning Licensing And Health/occupancy Codes. Copies Of Valid Licenses Must Be Provided To The Va At The Time Of Pre-inspection And For All Annual Inspection Reviews. Where Applicable, The Facility Must Have A Current Occupancy Permit Issued By The Authority Having Jurisdiction. Contracted Emergency Residential Services Housing And Supportive Services For Female Veterans Under This Contract Are Required To Ensure The Safety And Privacy Of These Veterans. Men And Women Must Have Separate Bathroom Facilities. The Facility Must Have Female Residential Rooms Or Sections That Are Securely Segregated Or Restricted From Men To Ensure Safety And Privacy. If The Facility Cannot Accommodate Both Male And Female Veterans At One Location, The Provider Must Make Available Equivalent Facilities And Services For The Opposite Gender That Meet The Terms Of The Contract For Facilities And Services. pre-award Inspection Of The Facility And On-site Services Conducted By Va Contract Inspection Team. This Team Is Made Up Of Hchv Clinical Staff, Va Fire And Safety Officials, Nursing, Dietetics, And Other Staff As Deemed Necessary For Facility Inspection. Pre-award Inspection Will Be Completed Within 30 Days Of Quote Submission. Any Items Requiring Corrective Action Will Be Communicated To The Contractor In Writing Within One (1) Week Of Inspection. complete The Abatement Of All Inspection Corrective Action(s) And Pass Va Inspection. To Be Completed Within 30 Days Of Pre-award Inspection. identify All Staff Required Per The Performance Work Statement (pws), Have Them In Place And Available To Provide Full Range Of Case Management And Services To Veterans. To Be Completed Within 30 Days Of Contract Award. work Will Be Performed At The Contractor S Facility Within The Geographic Limitations Outlined Above. Government Furnished Workspace Will Not Be Provided For This Effort. Government Furnished Property Will Not Be Provided To The Contractor. All Equipment Required By The Contractor Will Be Provided At Their Expense. The Contractor Will Be Required To Attend Frequent Meetings And Planning Sessions At Va Throughout The Term Of The Contract. guidelines For Services: the Contractor Must Provide A Safe Environment For All Veterans Consistent With The Cers Model Of Housing And Services. The Contractor Will Offer Safe And Stable Time-limited Living Environment Along With Supportive Services Necessary To Complete A Individualize Treatment Plan To Obtain Permanent Housing. Veterans Cannot Be Denied Entry To Cers Based Solely Upon Length Of Current Abstinence From Alcohol Or Non-prescribed Controlled Substances, The Number Of Previous Treatment Episodes, The Time Interval Since The Last Program Entry, The Use Of Prescribed Controlled Substances, Or Legal History. The Screening Process Must Consider Each Of These Special Circumstances And Determine Whether The Program Can Meet The Individual Veteran's Needs While Maintaining The Program's Safety, Security, And Integrity. the Contractor Must Communicate Policies And Procedures To Veterans Both Verbally And In Writing In A Manner That Is Understandable To Each Veteran Upon Admission To The Facility, In The Form Of A Written Veteran Handbook That Is Verbally Reviewed By The Assigned Case Manager With The Veteran. All Updates To Any Policies And Procedures Must Be Reviewed With Veterans With 7 Days Of Revision. This Communication Must Be Documented In The Veteran S Client Record. the Contractor Must Have Emergency And Disaster Plans With Written Protocols That Are Posted To Guide Staff Response To Crises Including, But Not Limited To, Manmade And Natural Disasters, Episodes Of Infectious Diseases, Physical Injury, Program Participants Suicide Or Suicide Attempts, Overdoses, And Domestic Or Other Violence. All Contractor S Staff Are Trained On Emergency Procedures And Protocols. services To Be Provided: The Contractor Shall Furnish Each Veteran Who Has Been Approved As Eligible By The Va And Admitted For Care Under This Contract The Following Basic Services: room And Board: Room And Board Shall Be Accessible To The Veteran Seven (7) Days A Week And 24 Hours Per Day. Accommodations Will Include A Bed And Other Furnishings Such As A Dresser, Storage, And Personal Linens (towels And Bed Sheets). The Bed Must Be Designated For Use Exclusively By The Individual Veteran From The Time Of Admission To The Time Of Discharge. The Bed Must Be Situated In A Room That Affords The Veteran Safety, Privacy, And Security. Each Veteran Must Have A Safe And Secure Place To Store Their Belongings That Is Readily Accessible To The Veteran (such As A Locking Closet, A Locking Armoire, A Locker, Etc.) Meals To Include At Least Three (3) Nutritionally Adequate Meals A Day, 7 Days A Week And Availability Of Nutritious Snacks Between Meals And Bedtime For Those Requiring Or Desiring Additional Food, When It Is Not Medically Contraindicated. This Is To Include Alternative Meals Or Food Supplies For Veterans With Dietary Restrictions If Medically Indicated (e.g., Diabetic, Renal, And Soft Mechanical Diets) And Reasonable Accommodation For Veterans With Cultural/religious Preferences Around Food (e.g., Kosher, Sikh). A Va Dietitian May Assess Printed Menus As Well As Veterans Satisfaction With Meals And The Actual Consumption Of Food Offered In Determining The Contractor S Success In Meeting This Requirement During Annual Facility Inspection Or At Any Point During The Contract Period. laundry Facilities: On-site Laundry Facilities And Necessary Supplies For Veterans To Do Their Own Laundry Or To Have Laundry Done. The Contractor Is Responsible For The Costs Of Laundry Services. internet And Computer Access: Internet Access Shall Be Available To Veterans Residing At The Facility. Access Shall Consist Of A Service/speed Rating Of At Least 10 Megabytes Per Second (mbps) Download, 1mbps Upload Or Better. Wireless Or Other Access Shall Be Provided So That It Is Possible For Three (3) Or More Users To Access Internet Services Simultaneously. Facility Shall Provide Hardware (computer(s), Printer, Etc.) To Be Utilized. Veterans Conducting Online Employment Or Housing Searches And Application Should Be Given Priority Of Usage. The Contractor Will Be Responsible For Establishing Hours Of Usage As Well As Setting Any Internet Controls Or Firewall They Deem Essential. environment Of Care Services: The Contractor Must Provide A Clean And Comfortable Environment Of Care That Is Structurally Sound Facility; Does Not Pose Any Threat To The Health And Safety Of The Occupants And Protects Them From The Elements. The Facility Entries And Exit Locations Are Capable Of Being Utilized Without Unauthorized Use And Provide Alternate Means Of Egress In Case Of Fire; Every Room Or Space Will Have Natural Or Mechanical Ventilation; Be Free Of Pollutants In The Air At Levels That Threaten The Health Of Veterans; Provide A Water Supply Free From Contamination; Has Sufficient Sanitary Facilities In Proper Operational Condition, Allowed To Be Used In Privacy, And Are Adequate For Personal Cleanliness And The Disposal Of Human Waste. Facility Must Have Adequate Heating And Or Cooling Mechanisms That Are In Proper Operating Condition; Adequate Natural Or Artificial Illumination To Permit Normal Indoor Activities And To Support The Health And Safety Of Veterans; Provides Sufficient Electrical Sources To Permit Use Of Essential Electrical Appliance While Assuring Safety From Fire. All Housing And Equipment Will Be Maintained In A Sanitary Manner Free From Pests, Insects And Vermin And Will Provide A Warm, Welcoming, And Respectful Atmosphere Through Lighting And Dã©cor. Contractor Ensures That Furniture Is Well Maintained And Comfortable. It Is The Contractor S Responsibility To Maintain A Clean And Comfortable Environment That Meets These Conditions. For Example, The Contractor Would Be Responsible For Alleviating A Bed Bug Infestation By Hiring An Exterminator At Its Own Expense. transportation: The Contractor Will Ensure That Transportation Is Available For Veterans At Admission To Cers, To Attend Medical/mental Health Appointments, Search For Permanent Housing And To Address Other Care Needs. This Can Be Done Through Provision Of Bus Passes, Utilization Of Cab Services Or Cers Contractor Transportation. These Costs Will Be Considered Part Of The Basic Services Provided. outreach: Outreach Will Be Conducted By The Cers Provider And Va Homeless Outreach Staff In Conjunction With Street Outreach Teams Within Va Catchment Area. Engagement With The Veteran Should Be Goal-directed With Consistent Staff Geared Toward Building Trust And Getting The Veteran To Accept Cers Admission. medications: Contractor Shall Provide Veterans With Appropriate Space And Security For The Storage Of Medications As Outlined In Vha-10-10115a Hchv Contractor Provider Inspection Template. A List Of Current Medications Will Be Available For Each Resident In The Case Record. Veterans Will Manage Medications But Should Have A Secure Storage Area In Which To Keep Them. The Contractor Shall Have A Written Procedure That Address The Storage While Providing Access To Medications And Safe Disposal Of Medications And Syringes. Each Veteran Shall Be Educated About The Medication Procedures And The Importance Of Safely Storing Their Medications. additional Contract Requirements: the Contractor Shall Comply With The Va Patient S Bill Of Rights As Set Forth In Section 17.34a, Title 38, Code Of Federal Regulations. The Contractor Is Responsible For Maintaining Veterans Privacy And Confidentiality And Must Have Systems In Place That Protect Veteran S Personal Identifying Information And Protected Health Information. This Includes But Is Not Limited To The Following: Having Adequate Private Office Space For Veterans To Meet In Confidence With Their Case Manager; Having Secured Paper And Electronic Filing Systems To Protect Clients Case Records And Other Documentation; Conducting Ongoing Training Of Staff About Maintaining Client Privacy And Confidentiality In All Verbal And Written Communications And Interactions; Ensuring That Non-clinical/non-case Management Facility Staff Have Access To Veteran Information Only As Needed In Order To Meet The Service Requirements Contained In The Contract. it Is Understood That Those Veterans Cared For Under This Contract Will Require Care And Services Over And Above The Level Of Room And Board. The Contractor Shall Comply With The Principles Listed In 38 Cfr 17.707(b) To Provide Housing And Supportive Services In A Manner That Is Free From Religious Discrimination. case Management Services: The Contractor Shall Provide, At Minimum, The Following Case Management Services To Veterans In The Program: (1) Engagement Of The Veteran In The Service Planning Process. Contractor Will Carry Responsibility For Interviewing, Counseling And Case Managing Identified Veterans By Conducting Psychosocial Assessments To Identify Treatment Needs Which Affect The Veterans Adjustment To Their Environment. (2) Contractor Will Assess The Psychosocial And Environmental Needs Or Dysfunction Secondary To Or Exacerbating The Social, Substance Or Psychiatric Problems, Which Might Contribute To Veterans Readjustment Challenges In The Community. Contractor Establishes And Maintains An Intensive Therapeutic Relationship With The Veteran, Staff, And Community Programs/agencies, And Is Responsible For Formulating Case-management Treatment Goals With The Primary Goal Being To Obtain Stable Housing And Plans That Address Identified Needs, Stressors, And Problems. (3) Contractor Will Conduct High-risk Screening, Psychosocial Assessment, And Treatment Planning, Actively Involving The Veteran And Their Family Or Significant Others, In Coordination With The Team Members. Psychosocial Assessments Will Include Goals For Clinical Treatment. Contractor Coordinates And Documents Clinical Case Management And Psychosocial Services And Documents The Overall Effectiveness Of The Case Management Services Provided. Specifically, Contractor Will: (4) Develop A Highly Individualized Service Plan (isp) With The Veteran Consistent With Cers Program Goals; The Plan Must Specifically Include Provisions For Veteran Placement Into An Appropriate Transitional Or Permanent Housing Placement Within 60-90 Days Of Admission To The Hchv Cers Facility With No More Than 180 Days Without A Planned Reason For Extension Approved By The Va Liaison. The Housing Placement Planning Must Take Into Account All Appropriate And Available Community-based Housing Options As Well As The Veteran S Preferences Regarding Location And Housing Type. The Plan Should Also Be Focused On Getting The Veteran(s) To Accept Services, Especially Mental Health And Substance Use Services That Will Allow Attainment Of Transitional Or Permanent Housing. (5) Complete A Written Isp Within The First 7 Days Of Program Admission And Signed By The Contractor, The Veteran, And The Va Liaison. (6) Review Isp A Minimum Every Thirty (30) Days Thereafter In A Clinical Meeting With The Veteran And The Liaison. (7) Make Changes In Plans In Consultation With The Veteran At Weekly Case Management Meetings. Weekly Case Management Meetings With Veterans Will Focus On The Objectives And Tasks In The Isp. Contracted Case Manager Will Provide Veteran With A Written Copy Of Their Weekly Tasks. (8) Screen Each Veteran For Suicidal And Homicidal Risk As Necessary. If The Veteran Is A Danger To Him/herself Or Others Contractor Will Take Immediate Steps To Provide Appropriate Intervention. Crisis Management Will Focus On Immediate Safety For The Veteran And Cers Contract Staff. The Contractor Will Follow Its Established Policies And Protocols For Managing Crisis Situations. The Contractor Will Provide Said Policies And Protocols To The Va At The Outset Of The Contract And Upon Any Modification To The Policies And Protocols. The Contractor Will Contact The Va Liaison And Inform Of The Incident Immediately Upon Safe To Do So. (9) Contractor Will Conduct Weekly Case Conferencing With Contractor Clinical Director, Contractor Case Managers, Va Liaison And Other Va Homeless And Contractor Staff As Necessary. Coordinate With Va Liaisonâ during Weekly Case Conferences Regarding Updates And Changes In Veterans Care Plans To Foster A Collaborative Relationship With The Vamc And Contractor In Meeting Veterans Needs. Case Conferencing May Be Done In Person Or By Telephone Or Video Conference Calls As Determined By Va Staff. (10) Obtain Relevant Releases Of Information To Communicate And Coordinate Veterans Treatment With Va And Other Community-based Service Providers. (11) Work In Close Collaboration With The Va Liaison To Ensure Veterans Connections To Needed Va Medical, Mental Health, And Substance Abuse Treatment And Care. (12) Contractor Will Take Primary Responsibility For Assisting Veterans In Completing Housing Applications And Other Benefits Paperwork As Needed. Contractor Will Assist Veterans In Obtaining The Needed Documentation Required For Complete Applications Including But Not Limited To, Birth Certificates, State Id, Income Verification And Any Additional Information Required By Housing Resources And Potential Income Supports. (13) Contractor Will Provide Transportation For Veterans To Attend Appointments At The Va, Potential Housing Placements, Benefits Agencies, Meetings With Landlords, Etc. Contractor Will Attend Meetings With Veterans When Appropriate According To Veteran S Needs. (14) The Contractor Will Provide The Following Onsite Therapeutic And Rehabilitative Services Including Health And Personal Hygiene Maintenance, Supportive Social Services, In Collaboration With The Va And Other Involved Community Resources. Opportunities For Immediate Learning And/or Development Of Responsible Living With A Goal Of Achieving A More Adaptive Level Of Psychosocial Functioning; Support For An Alcohol And/or Drug-free Lifestyle; Opportunities For Learning, And Internalizing Knowledge Of The Illness And/or Recovery Process; Improving Social Skills; And Improving Personal Relationships; And Opportunities For Client Participation In Community Activities, Volunteer Opportunities, Local Consumer Services, Etc. The Contractor Will Support An Alcohol And/or Drug-free Lifestyle By Training Its Staff In The Appropriate Harm Reduction Techniques And To Be Aware Of The Signs And Symptoms Of Substance Use. (15) The Contractor Shall Adapt Therapeutic And Rehabilitative Services To Include Onsite, Va Or Community Service And Will Provide Transportation For Veterans To Receive Services Such As: Structured Groups And Activities To Promote Social Skills Building And Healthy Lifestyles. Groups May Include Emphasis On Self-care Skills, Adaptive Coping Skills, Vocational Counseling, In Collaboration With The Va Liaison Or Community Resources As Appropriate To Support The Goal Of Obtaining And Maintaining Permanent Housing. (16) Contractor Will Notify Va Through The Va Liaison At Va Of Any Negative Incident Occurring With A Veteran Within 24 Hours Of Being Informed Or Made Aware Of The Incident, If Not Sooner. The Contractor Will Investigate, Confirm, And Resolve All Incident Reports. Contractor Will Complete A Written Incident Report Within 48 Hours Of Notification. Incidents Include But Are Not Limited To: Death; Fire; Drug/police Raid; Suicide/suicide Attempt; 911 Call (police/fire Dept./paramedics/other); Drug Overdose; Severe Medical Illness / Emergency; Severe Psychiatric Illness / Emergency; Sexual Assault; Act Of Violence By Veteran Against Other(s); Abusive Behavior By Veteran Against Staff; Act Of Violence By Other(s) Against Veteran; Abusive Behavior By Staff Against Veteran; Accident; Medication Problems Or Adverse Drug Reactions; Or Other Untoward Events. (17) In The Event A Veteran Residing In Hchv Cers Housing Under This Contract Dies, The Contractor Will Promptly Notify The Va Liaison Authorizing Admission And Immediately Assemble, Inventory Using Established Protocol, And Safeguard The Veteran S Personal Effects. The Funds, Deposits, And Effects Left By Veterans Upon The Premises Of The Facility Shall Be Delivered By The Director Or Manager Of The Facility To The Person Or Persons Entitled Thereto Under The Laws Currently Governing The Facility For Making Disposition Of Funds And Effects Left By Veterans Unless The Beneficiary Died Without Leaving A Will, Heirs, Or Next Of Kin Capable Of Inheriting. When Disposition Has Been Made, The Itemized Inventory With A Notation As To The Disposition Has Been Made, They Will Be Immediately Forwarded To The Va Liaison. Property And Funds Wherever Located Vests In And Becomes Property Of The United States In Trust. In These Cases, The Facility Will Forward An Inventory Of Any Such Property And Funds In Its Possession To The Appropriate Va Office And Will Hold Them (except Articles Of Clothing Necessary For Proper Burial) Under Safeguard Until Instructions Are Received From The Va Concerning Disposition. Staffing And Training: The Contractor Shall Employ Sufficient Personnel To Carry Out The Policies, Responsibilities, And Programs Of The Facility. There Must Be, As A Minimum, At Least One (1) Administrative Staff Member Or Designee Of Equivalent Professional Capability, On Duty On The Premises Or Residing At The House And Available For Emergencies 24 Hours A Day, Seven (7) Days A Week. The Contractor Shall Assign To This Contract Personnel That, By Education And Training, And When Required, Certification Or Licensure, Are Qualified To Provide The Services Required By This Pws. The Contractor Must Identify Each Person Functioning As Key Personnel Under This Contract And Provide The Va A Description Of The Services To Be Provided By Such A Person, Together With A Resume Summarizing The Person S Relevant Skills And Experience. During The First 90 Calendar Days Of Contract Performance, The Contractor Shall Make No Substitutions Of Key Personnel Unless The Substitution Is Necessitated By Illness, Death, Or Termination Of Employment. Within 14 Calendar Days After Substitutions Necessitated By Situations Described Above, The Contractor Shall Provide Resumes For The Substitute Key Personnel. For Substitutions Proposed By The Contractor After The Initial 90 Calendar Day Period, The Contractor Shall Provide Resumes For The Substitute Personnel, Together With Any Other Additional Information Requested By The Contracting Officer At Least 15 Calendar Days Before The Substitution Is To Occur. At A Minimum: one (1) Full-time Supervisor/clinical Director With A Minimum Of A Bachelor S Degree In Social Work Or A Related Discipline Or Two Years Experience Supervising Case Managers In The Human Services Field, Responsible For The Overall Functioning Of The Program Including Assurance That All Policies And Procedures Are Being Followed, Coordination Of Weekly Staff Meetings, Management Of Cers Provider Staff And Be Available By Phone 24 Hours Daily, Seven (7) Days A Week. one (1) Full-time Case Manager With A Minimum Of A Associates Level Education In Social Work Or Other Human Services Related Field Or At Least Two Years Experience Providing Homeless Case Management Services To Carry A Maximum Caseload Of 20 Veterans. Those With Certifications In Substance Use Disorders Should Be Given Preference. a Minimum Of One (1) Behavioral Health Technician Or Certified Nursing Aide, Or Certified Medication Technician/aide, Or Administrative Staff Member At The Facility. Staff On Duty Must Remain Awake And Available To Interact With Veterans During Their Work Tour, Whether During The Day Or At Night. Certified Nursing Aides And Certified Medication Aides May Be Used In Lieu Of A Behavioral Health Technician, But There Should Always Be One (1) Staff Member, As A Minimum, On Duty At Any Time. contractor Staff Members Working Each Shift, At Least One Shall Hold Current Cardiopulmonary Resuscitation (cpr) Certification And Ensure Certification Is Renewed In Accordance With The Issuing Body Or Organization. Copy Of Cpr Certificates Should Be Stored By Contractor And Made Available Upon Request Of Va Personnel. f. Contractor Staff Members Providing Regular Direct Services To Residents Should Adhere To Annual Tb Testing, Precaution Should Be Taken To Ensure Positive Testing Of Employees Are Addressed According To Agency Policies. g. Contractor Shall Provide Safety Training To All Staff To Assist With Identifying Situations That Are Likely To Result In Physical Harm, And Approaches To Use When Confronted With A Dangerous Situation. h. Contractor Shall Adhere To Appropriate City And State Requirements For Food Handling And Safety And Contractor Shall Have A Valid Food Handler S Permit Or Certification As Required By Obtained Through The State Of Residence. Copies Of Permits Shall Be Provided To The Cor Upon Request. i. The Contractor Shall Provide An Initial Organizational Chart, Identifying Personnel, Their Position, And Area(s) Of Responsibility To The Contracting Officer Prior To Contract Award. Any Certifications Or Licensure Required Will Be Made Available Upon Request. The Contracting Officer Shall Notify The Contractor Within 15 Calendar Days After Receipt Of Required Information If The Va Refuses To Accept Assigned Contract Personnel. The Contractor Shall Be Responsible For Updating The Organization Chart As Changes In Staff Occur. The Va Reserves The Right To Refuse Or Revoke Acceptance Of Personnel If Personal Or Professional Conduct, Or Lack Of Required Skills Or Experience, Jeopardizes Veteran Care Or Interferes With Regular And Ordinary Operation Of The Facility. j. The Contractor Must Have A Contingency Plan To Address The Replacement Or Substitution For Personnel That Leave The Contractor's Employment Or Are Unable To Provide Performance In Accordance With The Terms And Conditions Of The Resulting Contract. k. Contractor Staff Must Always Maintain Professional Boundaries With The Veteran While Conveying An Attitude Of Genuine Concern And Caring. l. Contractor Staff Must Always Maintain Professional Boundaries With The Veteran While Conveying An Attitude Of Genuine Concern And Caring. m. Contractor Staff Should Under No Circumstances Engage In Sexual Activities Or Sexual Contact With Veterans Or Their Family Members, Whether Such Contact Is Consensual Or Forced. Contractor Should Under No Circumstances Take Unfair Advantage Of Any Professional Relationship Or Exploit Veteran Clients Or Their Family Members To Further Their Personal, Religious, Political, Or Business Interests. Contractor Staff Should Not Engage In Dual Or Multiple Relationships With Veterans Or Their Family Members In Which There Is A Risk Of Exploitation Or Potential Harm To The Veteran Or Veteran Family. Contractor Is Responsible For Taking Steps To Protect Veterans And Their Family Members And Is Responsible For Setting Clear, Appropriate, And Culturally Sensitive Boundaries. n. All Veteran Complaints Or Contract Staff Conduct Incidences Shall Be Reported To The Va Liaison Within 3 Business Days Of The Complaint Or Possible Contract Staff Conduct Incidences. The Contractor Will Provide The Va Liaison With A Written Summary Of The Compliant Or Incident, The Contractor S Response, And A Proposed Resolution. The Va Liaison Will Respond To The Contractor In Writing Within 3 Business Days To Accept, Negotiate Or Decline The Proposed Resolution. In Instances Where The Proposed Resolution Or Response Does Not Appear Sufficient To Resolve The Compliant, The Contracting Officer Will Provide The Contractor With Written Guidance And Timeframe For Resolution. discharge Planning: Veterans May Be Discharged From Hchv Cers Programs For Positive, Negative, Or Administrative Reasons. The Date Of Discharge Must Be Approved By The Va Liaison For Billing Purposes. The Contractor Shall Provide Discharge Planning And Referrals For Each Veteran, Regardless Of Character Of Discharge From The Facility To Appropriate Community Resources And Services Based Upon A Team Assessment Of Health, Social And Vocational Needs, And The Involvement Of Veterans Families As Appropriate. The Contractor Will Provide Written Exit Information To The Va Liaison Within 24 Hours Of Veteran S Discharge From Cers Program. veterans May End Participation In Hchv Cers For Any Of The Following Reasons: (1) The Veteran Has Accomplished The Goals As Defined In The Treatment Plan And Is Prepared For Community Integration With Identified Resources After Exit. (2) The Veteran Requires Treatment Beyond Program Resources And Is To Transition To Another Level Of Care. (3) The Treatment Environment Does Not Meet The Veteran S Expectations Or Needs. (4) The Veteran Requests To Leave Before Treatment Goals Are Met. (5) The Veteran Has A Personal Emergency Necessitating Exit. there Are Circumstances When The Contractor And Va May Make A Clinical Decision To Discharge A Veteran Prior To Program Completion. These Circumstances Include: the Veteran Exhibits Dangerous Behavior. the Veteran Has Achieved Maximum Benefit From Treatment In The Program. the Veteran Refuses To Allow Communication Between Va And The Contracted Provider That Is Necessary To Ensure The Safe And Effective Coordination Of Care. the Veteran Has Failed To Adhere To The Rules And The Regulations Of The Program Even After Multiple Warnings And Discussions With Va & Contractor Staff. it Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Services That Fulfill The Homeless Veteran Services Through A Contracted Emergency Residential Services (cers) Model Of Residential Care Requirement. if You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: -please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.). -is Your Company Considered Small Under The Naics Code Identified Under This Sources Sought? -please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above. -please Provide Your Unique Entity Id. -to Be Eligible For A Federal Contract, Interested Parties Must Be Registered In The System For Awards Management (sam). Purpose Of Registration Needs To Be Listed As All Awards . responses To This Notice Shall Be Submitted Via Email To Patricia Trusler At Patricia.trusler@va.gov . Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Monday October 31, 2024, 5:00pm Cst. 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 Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date28 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n731.45|n00383|215-697-0169|alyssa.t.thieu.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year|45 Days Of The Last Delivery Under This Contract||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a7| the Purpose Of This Amendment Is To Incorporate The Following Changes: 1. The Response Date For Rfp N00383-24-r-n377 Is Hereby Extended By 90 Days, To 12 November 2024. all Other Terms And Conditions Remain The Same. this Amendment Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This amendment. all Terms And Conditions Of Boa N00383-23-g-a701 Shall Apply. this Rfp Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Nte Pricing As Well As Estimate Costs To Repair This Item. the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: receiver,infrared ;717407100-009; P/n, ;5865 016785246; Nsn, ;iaw Oem Technical Drawings; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. receiver,infrared ;lockheed Martin Corp; Company Name , ;5600 W Sandlake Road Mp 125, Orlando, Fl. 32819-8907; Address , ;04939; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date12 Nov 2024
Tender AmountRefer Documents 
9101-9110 of 9155 active Tenders