Cleaning Tenders

Cleaning Tenders

Bacusanon National High School Tender

Philippines
Details: Description "republic Of The Philippines Department Of Education Region X – Northern Mindanao Division Of Bukidnon Barorawon Elementary School" Request For Quotation Date: _________________________ Rfq No: ______________________ Pr No: _______________________ Name Of Supplier/company: _________________________________________ Supplier’s Address: _________________________________________ Business Permit No: _________________________________________ Tin: _________________________________________ Please Quote Your Price(s) For The Article(s) As Specified In The List Below For The Schools Division Of Bukidnon-(bacusanon Nhs-shs) Which Are Available In Your Store/establishment/company. If Available, Please Furnish Catalogue, Descriptive Brochures Or Literature About The Articles. If You Are The Manufacturer Or Exclusive Dealer/distributor Of These Articles In Region X, Please State In Your Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative Not Later Than 3 Days Upon Receipt Of The Said Document. In Case The Items Specifically Describe Is Not Available In Your Store/establishment/company, Please Feel Free To Offer Such Product/item Which You Have In Stock Which Is Equivalent Of What Is Desired. General Conditions: 1. Prices Should Be Inclusive Of Vat. 2. Price Validity Shall Be For A Period Of 30 Calendar Days. 3. Please Submit A Copy Of Your Philgeps Registration Number, Mayor’s Business Permit Prior To The Award Of Purchase Order. 4. Bidders May Quote For Any Or All The Items. 5. Price Quotation, To Be Dominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 6. Quotation Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. The Item/s Shall Be Delivered Within Ten (10) Calendar Days From Receipt Of Purchase Order At (bacusanon National High School-senior High School, Bacusanon, Pangantcuan, Bukidnon). 9. Open Quotation May Be Submitted Manually Or Through Mail At The Address Of The School. Emmanuel T. Yap School Principal Abc: 175,060.06 No. Quantity Unit Item Description Approved Budget For The Contract Supplier's Offer Unit Cost Total Cost Remarks/brand 1 5 Gallon Alcohol, Ethyl, 1 Gallon 451.36 2 20 Piece Sign Pen, Extra Fine Tip, Black 26.00 3 10 Piece Sign Pen, Fine Tip, Black 44.72 4 20 Piece Sign Pen, Medium Tip, Black 57.20 5 10 Piece Sign Pen, Extra Fine Tip, Blue 26.00 6 10 Piece Sign Pen, Medium Tip, Blue 57.20 7 10 Piece Sign Pen, Extra Fine Tip, Red 26.00 8 10 Piece Sign Pen, Fine Tip, Red 45.76 9 30 Piece Sign Pen, Medium Tip, Red 57.20 10 5 Pack Wrapping Paper 214.24 11 5 Pack Battery, Dry Cell, Size Aa 21.84 12 5 Pack Battery, Dry Cell, Size Aaa 19.76 13 5 Pack Battery, Dry Cell, Size D 92.56 14 10 Piece Broom (walis Tambo) 127.92 15 20 Piece Broom (walis Ting-ting) 23.92 16 10 Bottle Cleaner, Toilet Bowl And Urinal 44.72 17 10 Can Cleanser, Scouring Powder 36.00 18 20 Pouch Detergent Powder, All Purpose 88.40 19 30 Can Disinfectant Spray 150.80 20 9 Can Floor Wax, Paste Type, Red 135.20 21 10 Bottle Hand Soap, Liquid 42.95 22 20 Piece Mop Handle, Heavy Duty 134.16 23 10 Piece Mop Head, Made Of Rayon 114.04 24 10 Pack/roll Trashbag, Xl Size 92.56 25 15 Box Face Mask 52.00 26 2 Piece Philippine National Flag 284.84 27 10 Piece Monoblock Chair, Beige 375.44 28 1 Unit Electric Fan, Stand Type 1006.72 29 20 Piece Light-emitting Diode (led), Light Bulb, 7 Watts 81.12 30 5 Jar Glue, All Purpose 70.72 31 10 Roll Tape, Electrical 19.45 32 10 Roll Tape, Masking 48mm 121.16 33 10 Roll Tape, Packaging 48mm 30.16 34 10 Roll Tape, Transparent 24mm 11.44 35 10 Roll Tape, Transparent 48mm 23.92 36 10 Roll Twine, Plastic 70.72 37 2 Tube Blade, For General Purpose Cutter/utility Knife 16.00 38 2 Unit Calculator, Compact 287.04 39 5 Box Chalk, White Enamel 32.97 40 5 Box Clip, Backfold 19mm 9.36 41 5 Box Clip, Backfold 25mm 15.60 42 10 Piece Correction Tape 11.53 43 10 Piece Cutter/utility Knife, For General Purpose 31.72 44 10 Piece Data File Box 77.20 45 5 Piece Data Folder 68.64 46 2 Box Envelope, Documentary, A4 840.32 47 2 Box Envelope, Documentary, Legal 1078.48 48 1 Box Envelope, Expanding, Plastic 30.49 49 2 Box Envelope,mailing 466.96 50 5 Box Fastener 94.64 51 10 Piece File Organizer, Expanding Plastic, Legal 85.20 52 5 Pack File Tab Divider, A4 22.88 53 1 Pack File Tab Divider, Legal 26.00 54 1 Bundle Folder, Fancy W/ Slide Legal 308.88 55 2 Pack Folder, L Type A4 187.54 56 2 Pack Folder, L Type Legal 238.57 57 1 Pack Folder, With Tab A4 388.96 58 1 Piece Magazine File Box, Large 126.88 59 5 Pc Marker, Permanent Black 15.60 60 10 Pc Marker, Permanent Red 15.60 61 10 Pc Marker, Whiteboard, Black 10.40 62 5 Pc Marker, Whiteboard, Blue 10.40 63 5 Pc Marker, Whiteboard, Red 10.40 64 5 Box Paper Clip, Vinyl/plastic Coated, 33mm 9.36 65 3 Pc Stamp Pad, Felt 42.64 66 5 Pc Stapler, Standard Type 145.60 67 5 Pack Cartolina, Assorted Colors 90.48 68 1 Bundle Looseleaf Cover 794.96 69 10 Pad Notepad, Stick-on, 50mm X 76mm 39.52 70 5 Pad Notepad, Stick-on, 76mm X 76mm 60.32 71 5 Pad Steno Notebook 23.92 72 50 Ream Paper, Multicopy A4 179.92 73 5 Ream Paper, Multicopy Legal 211.12 74 5 Ream Paper, Multipurpose A4 163.28 75 5 Ream Paper, Multipurpose, Legal 185.12 76 10 Pack Tissue, Interfolder Papertowel 29.12 77 10 Pack Toilet, Tissue Paper, 2ply 100.88 78 10 Bottle Hand Sanitizer 87.36 79 10 Can Insecticide 257.92 80 20 Cart Ink Cartridge, Epson C13t664100 (t6641), Black 231.90 81 10 Cart Ink Cartridge, Epson C13t664100 (t6642), Cyan 242.20 82 10 Cart Ink Cartridge, Epson C13t664100 (t6643), Magenta 242.20 83 10 Cart Ink Cartridge, Epson C13t664100 (t6644), Yellow 242.20 84 10 Pc Ballpen 10.00 85 3 Units Multifunctiton Printer 13000.00 86 5 Pack Photopaper 200.00 87 140 Piece Certificate Holder A4 50.00 88 8 Gallon Paint 750.00 89 5 Pack Colored Paper 50.00 90 1 Piece Office Chair 3000.00 91 5 Pack Manila Paper 10.00 92 1 Piece Storage Box 500.00 93 2 Unit Glue Gun 180.00 94 14 Bottle Ink Canon Gi-790 Black 350.00 95 9 Bottle Ink Canon Gi-790 Cyan 350.00 96 9 Bottle Ink Canon Gi-790 Magenta 350.00 97 9 Bottle Ink Canon Gi-790 Yellow 350.00 98 2 Box Notarial Seal 60.00 99 90 Piece Medal Ordinary 90.00 100 20 Piece Medal Cutomized 110.00 101 2 Unit Go Bag , For Disaser Relief, Rescue Operations 1500.00 102 6 Pack Specialty Board Paper 200.00 103 6 Gallon Paint Latex 1500.00 104 30 Pc Paint Brush 45.00 105 10 Pc Paint Roller 75.00 (inclusive Of Delivery) Canvassed By: Jessica C. Albaytar Canvasser
Closing Soon25 Oct 2024
Tender AmountPHP 175 K (USD 3 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.6|wvf|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| variation In Quantity (apr 1984)|3|5%|0%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|500|365 Days|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1 423|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 Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 5. A Variation In Quantity Of +5% Of The Total Contract Quantity Is Allowed.see Far 52.211-16 For Further Details. \ 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. document Ref Data=ff-s-86 | | |g |210127|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|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=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In Ff-s-86, Except As Amplified Or Modified Herein. Ff-s-86 Ordering Data Information Is Provided Below.: (a) Screw, Cap, Socket Head; Ff-s-86. (b) Type - ;vi; Size - ;1/2-13unrc-3a X 1 1/2 Inches Long; Material - ;qq-n-281, Class A; (c) ;n/a; (d) Certification Test Reports Shall Be As Specified Elsewhere In This Contract/purchase Order. (e) Screws Shall Be ;uncoated; . (f) Cross Drilling ;is Not Required; (g) Thread Series And Class Of Fit Shall Be As Specified In (b) Above. 3.2 The Unit Of Issue Is Each. the Contractor Is Required To Provide One Additional Fastener For Each Uniquely Identified Heat/lot Of Material In Each Shipment. Complete Traceability Must Be Maintained On This Extra Fastener. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - ;liquid Penetrant Inspection; item - ;screw, Cap, Socket Head; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 3.4 Ff-s-86 Mechanical Property And Metallographic Testing Sample Sizes Must Use Asq Z1.4 Inspection Level S-1 With Aql = 1.0.note: The Sample Size Values Must Conform To Ff-s-86e And Earlier Revisions. 3.5 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.5.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.5.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.5.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.6 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. 3.7 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. 3.7.1 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. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.7.3 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. 3.8 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.9 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. 3.10 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. 3.10.1 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. 3.10.2 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. 3.10.3 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. 3.10.4 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. 3.10.5 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. 3.11 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. 3.11.1 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. 3.11.2 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. 3.12 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." 3.12.1 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. 3.12.2 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. 3.12.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To 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. 3.12.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And 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. 3.12.5 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. 3.13 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: 3.13.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.13.2 Inspection For Completeness And Proper Type. 3.13.3 Verification Of Material Quality Received. 3.13.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.13.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.13.6 Identification And Protection From Improper Use Or Disposition. 3.13.7 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. 3.13.8 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. 3.13.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.14 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. 3.14.1 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. 3.15 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. 3.16 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: 3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Is Required ;in Accordance With Ff-s-86; .test Reports Must Be Traceable To Traceability Marking On The Material. Material Certification Test Reports Must Include The Class, Form, Condition, grade, Type, Finish, And/or Composition, As Applicable, Of The Material Supplied. 3.16.2 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 For Chemical Composition Must Be Overstamped And/or Annotated With The Unique Traceability marking Used With The Altered 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.) 3.16.3 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. 3.16.4 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. 3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 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 Marking 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. 3.17.1 Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective compounds. 3.17.2 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side Location if Necessary). Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed By Approximately .010" Located On The Top Perimeter Of The Head Of the Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.18 Material Handling - The Written Material Control Process Must Include The Following: 3.18.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.18.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.18.3 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 Or Loss Of Traceability. The Traceability Marking must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.18.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By The Traceability Marking 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. 3.18.5 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. 3.19 Receiving Inspection - 3.19.1 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. 3.19.2 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. 3.20 Discrepancy Reporting - 3.20.1 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.21 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.21.1 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. 3.21.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided 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. 3.21.3 All Data Concerning Material Verification (chemical And Mechanical 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. 3.21.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.22 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. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Soon24 Oct 2024
Tender AmountRefer Documents 

CEBU SOUTH MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid 1. The Cebu South Medical Center Bids And Awards Committee Invites Suppliers To Apply For Eligibility And To Bid For The Following Projects: Bac No. Epa-2025-007 Supply And Delivery Of Various Medical Supplies Item No. Qty Unit Descriptions Source Of Fund Unit Abc Total Abc Bid Docs Price Project I Procurement Of Various Operating Kits (award Per Item) Nep 2,341,000.00 2,500.00 1 200 Kits Appendectomy Kit 3,000.00 600,000.00 2 300 Kits Cesarean Kit 3,000.00 900,000.00 3 50 Kits Hernia Kit 9,920.00 496,000.00 4 50 Kits Open Cholecystectomy Kit 3,000.00 150,000.00 5 50 Kits Tahbso Kit 3,900.00 195,000.00 Project Ii Procurement Of Various Hospital Gloves (award Per Item) Nep 6,976,550.00 7,000.00 1 3000 Pairs Sterile Gloves 6.0 Powder Free, Thick, Internal Surface: Polyacrylate Coated, High Tear Resistance, Suitable For Surgery And Infection Control, Strong Gloves With Excellent Tactile Sensitivity, Roughened Surface For Optimal Sensitivity, Packed In Easy To Peel Plastic, Covered With Inner Packaging With Proper Labelling 90.00 270,000.00 2 15000 Pairs Sterile Gloves 6.5 Powder Free, Thick, Internal Surface: Polyacrylate Coated, High Tear Resistance, Suitable For Surgery And Infection Control, Strong Gloves With Excellent Tactile Sensitivity, Roughened Surface For Optimal Sensitivity, Packed In Easy To Peel Plastic, Covered With Inner Packaging With Proper Labelling 90.00 1,350,000.00 3 18000 Pairs Sterile Gloves 7.0 Powder Free, Thick, Internal Surface: Polyacrylate Coated, High Tear Resistance, Suitable For Surgery And Infection Control, Strong Gloves With Excellent Tactile Sensitivity, Roughened Surface For Optimal Sensitivity, Packed In Easy To Peel Plastic, Covered With Inner Packaging With Proper Labelling 90.00 1,620,000.00 4 16000 Pairs Sterile Gloves 7.5 Powder Free, Thick, Internal Surface: Polyacrylate Coated, High Tear Resistance, Suitable For Surgery And Infection Control, Strong Gloves With Excellent Tactile Sensitivity, Roughened Surface For Optimal Sensitivity, Packed In Easy To Peel Plastic, Covered With Inner Packaging With Proper Labelling 90.00 1,440,000.00 5 5000 Boxes Clean Gloves, Blue Color, Thick, Nitrile, Powder Free (large), 50 Pairs/bx 230.00 1,150,000.00 6 4985 Boxes Clean Gloves, Blue Color, Thick, Nitrile, Powder Free (medium), 50 Pairs/bx 230.00 1,146,550.00 Project Iii Procurement Of Various Disposable Syringes And Needles (award Per Item) Nep 8,549,620.00 9,000.00 1 4000 Pcs 10ml Prefilled Preservative Free Normal Saline Syringe, With Standard 10ml Barrel Size Syringe, With 0.9 Sodium Chloride, With Serrated Thumb Press And Plunger Retainer/retention Ring, With Triple Layer Pointed Rubber Plunger Stopper. Promoting Zero Dead Space And Total Utilization Of Fluids 64.00 256,000.00 2 3000 Pcs 3ml Prefilled Preservative Free Normal Saline Syringe, With Standard 10ml Barrel Size Syringe, With 0.9 Sodium Chloride, With Serrated Thumb Press And Plunger Retainer/retention Ring, With Triple Layer Pointed Rubber Plunger Stopper. Promoting Zero Dead Space And Total Utilization Of Fluids 52.00 156,000.00 3 2000 Pcs 5ml Prefilled Preservative Free Normal Saline Syringe, With Standard 10ml Barrel Size Syringe, With 0.9 Sodium Chloride, With Serrated Thumb Press And Plunger Retainer/retention Ring, With Triple Layer Pointed Rubber Plunger Stopper. Promoting Zero Dead Space And Total Utilization Of Fluids 58.00 116,000.00 4 830 Pcs Asepto Syringe, Sterile, Soft, Easy To Grip,latex Free 50ml-60ml Syringe Paliable Bulb For Suction 49.00 40,670.00 5 300 Boxes Disposable Syringe 20 Cc W/o Needle, Eo Sterilized Pyrogenic Free, Non-toxic, Single Use 50's/box 520.00 156,000.00 6 2000 Pcs Disposable Syringe 50 Cc W/o Needle, Eo Sterilized Pyrogenic Free, Non-toxic, Single Use 20.00 40,000.00 7 500 Boxes Insulin Syringe Ultrafine 6mm Needle Length Gauge 31 Blister Pack 1 Ml/100 Units, Calibrated 100s/box 1,130.00 565,000.00 8 1500 Boxes Syringe,1 Ml Luer Lock Tip With Ultra Sharp Needles -plastic Sterile ,with Clear Barrel,bold Precise Scale Markings,smooth Plunger Action,tamper Evident Peel Individually Packed ,disposables,100's) 1,010.00 1,515,000.00 9 1800 Boxes Syringe,10 Ml Luer Lock Tip With Ultra Sharp Needles -plastic Sterile ,with Clear Barrel,bold Precise Scale Markings,smooth Plunger Action,tamper Evident Peel Individually Packed ,disposables,100's 1,250.00 2,250,000.00 10 2500 Boxes Syringe,3 Ml Luer Lock Tip With Ultra Sharp Needles -plastic Sterile ,with Clear Barrel,bold Precise Scale Markings,smooth Plunger Action,tamper Evident Peel Individually Packed ,disposables,100's 942.00 2,355,000.00 11 800 Boxes Syringe,5ml Luer Lock Tip With Ultra Sharp Needles -plastic Sterile ,with Clear Barrel,bold Precise Scale Markings,smooth Plunger Action,tamper Evident Peel Individually Packed ,disposables,100's 1,014.00 811,200.00 12 400 Boxes Disposable Needle G.18x1 1/2",precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 450.00 180,000.00 13 50 Boxes Disposable Needle G.19x1 1/2",precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 320.00 16,000.00 14 50 Boxes Disposable Needle G.20x1 1/2",precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 265.00 13,250.00 15 50 Boxes Disposable Needle G.21x1 1/2",precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 265.00 13,250.00 16 50 Boxes Disposable Needle G.22x1",non-toxic,non-pyrogenic,disposable,hypodermic Needle, 100's/bx 265.00 13,250.00 17 50 Boxes Disposable Needle G.23x1',precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 265.00 13,250.00 18 50 Boxes Disposable Needle G.25x1",precision Glide Needle , Regular Wall Stainless Still Needle With Polyprophylene Hub, (100's/box) 265.00 13,250.00 19 100 Boxes Disposable Needle G.26x1/2',non-toxic,non-pyrogenic Hypodermic Needle, (100's/box) 265.00 26,500.00 Project Iv Procurement Of Various Intravenous Infusion Cannula And Infusion Sets (award Per Item) Nep 8,470,000.00 9,000.00 1 5000 Pcs Sterile Intravenous Kit, Pack Are Sterilized As A Whole In Pouch. Pouch Measurement Should Be Ranges 10x3 Cm To 15x5 Cm, For Storage Purposes, Kit Includes The Following: 1 Pc 70% Isoprophyl Alcohol Swab 1pc 10% Povidone Iodine Swabstick With 70% Ethyl Alcohol 1 Pc Latex Free Flat Blue Tourniquet 1 Pc Sterile Transparent Dressing 1 Pc Iv Site Label 1 Roll Easy To Tear Hypoallergenic Plaster 2 Pcs 2x2 Sterile Gauze 170.00 850,000.00 2 10000 Pcs Vented Macro-infusion Set, With Anti Run Dry Technology And Auto Prime Mechanism, With Needle Free System Y-site Access Port, With Pinch Clamp, With Hydrophobic Filter 1.2 Um, 180 - 185 Cm Tube Lengh, 19 – 21 Ml Priming Volume. 165.00 1,650,000.00 3 3000 Pcs Infusion Administration Set, Microset With Luer Lock Tip, Y-port Options With Or Without Needle, With Airvent, Sharp And Easy Piercing Air Vented Spike, Bacteria Retentive Air Inlet With Snap On Cap, Transparent Drip Chamber, Approx 60 Drops/ml, Standard Tube Length: 150 Cms, Tube Dia: I O 3.0mm, O O 4.1mm Sterilized Eo Gas, Non-toxic, Non-pyrogenic With Needle, Preferably With Finger Shield. 25.00 75,000.00 4 10000 Pcs Iv Infusion Set With Burette , Large Calibrated Burette Chamber 150 Cc, With Accurate Graduated Markings To Allow Clear View Of The Content, With Supplementary Injection Port For Mixing And Incorporating Of Iv Medications, With Saftey Air Shut Float Valve Minimizes Air Entering The Fluid Line And Allows Highly Visible Contrast Level Indicator, Transparent, Kink-resistant Tubing Provides Clear View Of Blockage Or Backflow Of Blood, Approximately 60 Drops/ml. Single Use, Eo Sterilized, Pyrogen Free, Blue Colored Roller-type Flow Controller 92.00 920,000.00 5 3000 Pcs Bloodset Admisnistration Set With Leur Lock, Disposable,1.5”, 18g Hypodermic Needle For Smooth And Effortless Vein Puncture, Flow Regulator With A Good Grip Roller Clamp, 54.2 Mm Spike, Big Double Chamber Of 140 Mm Size Of Polypropylene Material, 170 – 210 Microns Filter, Drip Chamber Ensures Exact 15 Drops/ml. 90.00 270,000.00 6 10000 Kit Iv Catheter G18 With Injection Port And Valve, Back Cut Needle Bevel And Tapered End, Must Be Made Of Polyurethane Biomaterial Which Is Kink Resistance And Radiopaque Stripes, With Dwell Time Of At Least 1.20 Days, With Wings, With Emergency Access Port And Snap Cap And Passive Safety Needle Shield. Luer Lock Compatible,needle Size 1.3x32 Mm, Flow Rate 103ml/min 150.00 1,500,000.00 7 3000 Pcs Iv Catheter G20 With Injection Port And Valve, Back Cut Needle Bevel And Tapered End,must Be Made Of Polyurethane Biomaterial Which Is Kink Resistance And Radiopaque Stripes, With Dwell Time Of At Least 1.20 Days, With Wings, With Emergency Access Port And Snap Cap And Passive Safety Needle Shield. Luer Lock Compatible, Needle Size 0.9x25 Mm , Flow Rate 42ml/ Min 150.00 450,000.00 8 5000 Pcs Iv Catheter G22 With Injection Port And Valve, Back Cut Needle Bevel And Tapered End,must Be Made Of Polyurethane Biomaterial Which Is Kink Resistance And Radiopaque Stripes, With Dwell Time Of At Least 1.20 Days, With Wings, With Emergency Access Port And Snap Cap And Passive Safety Needle Shield. Luer Lock Compatible, Needle Size 0.9x25 Mm , Flow Rate 42ml/ Min 150.00 750,000.00 9 100 Pcs Iv Flow Regulator Extension Set, Non-toxic, Non-pyrogenic, Sterile, Single Use. 250.00 25,000.00 10 6000 Pcs Straight Iv Cannula For Pediatric G24, Hub Color Purple, Non- Traumatic Needle, Initial Back Flow Is Visible On The Cannula Upon Insertion , Must Be Made Of Polyurethane Biomaterial Which Is Kink Resistance, With Dwell Time Of At Least 1.20 Days, With Wings, Needle Size 0.7x 19mm, Flow Rate 19ml/min, Dehp, Latex And Pvc Free. Sterilized Using E.o, 165.00 990,000.00 11 6000 Pcs Straight Iv Cannula For Pediatric G26, Hub Color Purple, Non- Traumatic Needle, Initial Back Flow Is Visible On The Cannula Upon Insertion , Must Be Made Of Polyurethane Biomaterial Which Is Kink Resistance, With Dwell Time Of At Least 1.20 Days, With Wings, Needle Size 0.6x 19mm, Flow Rate 14ml/min, Dehp, Latex And Pvc Free. Sterilized Using E.o, 165.00 990,000.00 Project V Procurement Of Various Medical Disinfectants (award Per Item) Nep 2,148,200.00 2,500.00 1 800 Boxes Alcohol Swab 2x2 Sterile Gauze With 70% Isoprophyl Alcohol, Single Layer Thick 2cm – 4cm Wrapper Diameter Provide Air Tight Seal, Prevent Leakage And Drying Out 100's/box 240.00 192,000.00 2 300 Bots Antiseptic Wash Cleanser 4% Chlorhexidine Digluconate, 1 Liter 1,200.00 360,000.00 3 50 Gals Disinfectant. Activated Glutaraldehyde (ortho-phthalaldehyde Solution) High Level Disinfectant Gallon , Easy To Use With Low Odor And Requires No Activation Or Mixing, 3.78liters/gallon 2,250.00 112,500.00 4 20 Bots Disinfectant. Active Ingredients: 20 G Cocopropylendiamine Per 100 G Solution. Active Against Bacteria, Mycobacteria (m. Terrae), Levurocidal, Enveloped And Non-enveloped Viruses (hbv / Hcv / Hiv, Adeno-, Polyomavirus) 1000ml 6,600.00 132,000.00 5 50 Bots Disinfectant. Alcohol Based Hand Disinfectant With 45 G Ethanol (100%), 18g N-propanol, Excipients: Purified Water, Diisopropyl Adipate, Peg-6 Caprylic/ Capric Glycerides, Dexpanthenol, Bisabolol, Perfume, Allantoin With Free 2 Pcs Dispenser 1,320.00 66,000.00 6 1200 Bots Disinfectant. Anti - Bacterial Liquid Hand Soap, Kills 99.9% Germs And Bacteria, Ph Balanced Formulation, Enriched With Added Moisturizers,sodium Laureth Sulfate, Water Cocamidopropyl Betaine ,glycerin,citric Acid Calcium Chloride,fragrance/parfum Acrylates/peg-10 Maleate/styrene Copolymer Salicylic Acid,whey Protein,tetrasodium Edta ,sodium,hydroxide,methylchloroisothiazolinone,potassium Sorbate,methylisothiazolinone Sodium Benzoate 225 Ml - 500 Ml 136.00 163,200.00 7 80 Jars Disinfectant. Effervescent Surface Disinfectant Tablet W/ 50% Troclesene 2.5 - 5g X 100's/jar 2,000.00 160,000.00 8 30 Gals Disinfectant. Enzymatic Detergent With Protease, Low-foaming Solution, Neutral Ph, Biodegradable, Dilution Rate Of 8- 16ml/1l H2o, Fast Immersion Time At 1-3 Minute Rapid Cleaning Action, Compatible To Use With Manual Or Automated Washer 5 Liters/gal 3,700.00 111,000.00 9 200 Packs Disinfectant. Meliseptol Wipes Disinfection Propanol-1-ol Alcohol-based 17.0 G, Didecyldimethylammonium Chloride 0.23g With Excipients Of Surfactants, Purified Water Compound Active Against Bacteria, Mycobacteria, Fungi, Viruses. Aldehyde And Alkylamin -free, 100-200 Sheets/pack 1,000.00 200,000.00 10 50 Gals Disinfectant. Povidone Iodine 7.5% Cleanser 3.785 - 4.0 Liters 1,300.00 65,000.00 11 80 Gals Disinfectant. Povidone Iodine, 10% Solution, Anti Septic/disinfectant, Gallon 3.785 - 4.0 Liters 1,300.00 104,000.00 12 100 Pcss Disinfectant. Surgical Hand Cleaning Brush - 10% Povidone Iodine Disinfection Brush, Sterile; Made Of Medical Grade Polyethylene And Sponge, With Or Without Nail Pick 180.00 18,000.00 13 50 Bots Disinfectant. Wound Irrigation Sol'n 370ml, Composition: Purified Water, Betaine Surfactant, 0.1% Polyaminopropyl Biguanide (polyhexanide) 910.00 45,500.00 14 473 Gals Ethyl Alcohol 70% Solution, 3.78 Liters In Gallon. Each Gallon Must Contain Ethyl Acohol, Water, Propylene Glycol, Fragrance And With Moisturizer 500.00 236,500.00 15 100 Bottles Isopropanolol N-propanolol Mecetronium Ethylsulfate; 1l Per Bottle 1,450.00 145,000.00 16 50 Pcs Skin Disinfectant For Invasive Medical Procedure, Quick Drying, With Chlorhexidine Gluconate And 0.7 Isoprophyl Alcohol With Purified Water, Glucono-lactone And Sodium Hydroxide, Spray, 250ml 750.00 37,500.00 Project Vi Procurement Of Various Medical Supplies For Surgical Complex (award Per Item) Nep 3,639,800.00 5,000.00 1 100 Pcs Autoclave Tape 1/2" - 1"x60 Yds For Steam 500.00 50,000.00 2 300 Pack Disposable Bonnet/bouffant Cap/ Head Cap, Preferably Blue/green 100's/pack 150.00 45,000.00 3 50 Pcs Disposable Cautery Pad, Cable Length 3 Meters. 280.00 14,000.00 4 300 Sets Eo Plastic Gas Cartridges 11g. Set Includes Liner Bag+humidity Chip+dosimeter, Cable Tie. Comaptible With Axis Ax 160 Eo Gas Sterilizer 1,800.00 540,000.00 5 50 Sets Epidural Set Continous Epidural Anesthesia, Tuohy Bevel, 1cm Length Marking, Diameter 1.30x80mm, G.18 Or Diameter 1.70 X 80 Mm, 16 G, Standard, Soft-tip. Length 1000 Mm Threading Assist Guide. Catheter Connector, Pidural-flat-filter, 0.2 Μm Filling Volume 0.45 Ml Pressure Resistant Up To 7 Bar. Filter Fixation Device 0.2 Μm Filters, Self-adhesive, With Luer Lock Syringe. With Hypodermic Needles: Orange, Diameter 0.5 X 16 Mm, 25 G Green, Diameter 0.8 X 40 Mm, 21 G Pink, Diameter 1.2 X 40 Mm, 18 G 1,400.00 70,000.00 6 5 Sets Continuous Epidural Set 20 Ga. X 2 In. (50mm) Tuohy Needle Set With 24 Ga. Closed Tip Pediatric Catheter 2,400.00 12,000.00 7 10 Pcs Gastrostomy Feeding Tube – 24 Fr , Medical Grade Silicone Construction, Inflatable Silicone Internal Retention Balloon, Secure Lock External Retention Ring, Tapered Or Non-tapered Distal Tip, Radiopaque Stripe, Balloon Volume (ml) 7-10, 7,500.00 75,000.00 8 20 Pcs Hemodialysis Catheter Triple Lumen Fr. 12 X 15 Cm Curved, 1 Pc Guidewire Advancer: 0.035" X 60cm, 1 Pc Introducer Needle: G.18 X 65mm, 1 Pc Vessel Dilator: Fr. 12 X 15cm, 1 Pc. 5cc Blue Syringe, Injection Adaptors 4,600.00 92,000.00 9 5 Pcs Hemodialysis Catheter Triple Lumen Fr. 22 X 15 Cm Curved, 1 Pc Guidewire Advancer: 0.035" X 60cm, 1 Pc Introducer Needle: G.18 X 65mm, 1 Pc Vessel Dilator: Fr. 12 X 15cm, 1 Pc. 5cc Blue Syringe, Injection Adaptors 4,600.00 23,000.00 10 10 Kits Nephrostomy Catheter Kit With Safety String Lock, Fr. 10, 30cm, With Metal Stiffing Cannula, Flexible Stiffininf Cannula, Introducer Needle G. 18, 20cm, Guide Wire, Dilators 8,10,12,14,16, 18, Connecting Tube, Catheter Retention Disk Scalpel And Stop Cock 14,000.00 140,000.00 11 30 Pcs Neurosurgery, Hemostat, Absorbable,antibacterial, With Pure Oxidizedregenerated Cellulose Technology,size 2 X 4 Inch, Sterile, Cotton Type. 5,370.00 161,100.00 12 30 Pcs Neurosurgery, Hemostat, Absorbable, Antibacterial, With Pure Oxidized Regenerated Cellulose Technology, Structured Non-woven Material, Size 1x2 Inch, Sterile 1,950.00 58,500.00 13 150 Boxes Spinal Needle G25 X3"1/2 With Quincke Type Needle Provide A Sharper Bevel 0.53x88mm 25's/box 2,500.00 375,000.00 14 6 Boxes Spinal Needle G26 X3"1/2 With Quincke Type Needle Provide A Sharper Bevel 0.53x88mm 25's/box 2,500.00 15,000.00 15 20 Boxes Sterile Reinforced Adhesive Skin Closure 1/8x4' (sterile Strip) (50's/box) 1,800.00 36,000.00 16 8 Rolls Sterilization Pouch With Autoclave & Gas Indicator 10 Inch 3,400.00 27,200.00 17 8 Rolls Sterilization Pouch With Autoclave & Gas Indicator 12 Inx200m, Gusseted 3,000.00 24,000.00 18 10 Rolls Sterilization Pouch With Autoclave & Gas Indicator 2 Inch 5,500.00 55,000.00 19 10 Rolls Sterilization Pouch With Autoclave & Gas Indicator 4 Inx200m, Gusseted 3,000.00 30,000.00 20 10 Rolls Sterilization Pouch With Autoclave & Gas Indicator 6 Inx201m, Gusseted 3,000.00 30,000.00 21 8 Pcs Ventriculoperitoneal Shunt Kit Medium Pressure Burr Hole Design -1pc. 16mm Csf Flow Control Valve -1pc. 18cm Ventricular Catheter With Stylet -1pc. 120cm Open Ended Peritoneal Catheter -medium Pressure 51-110mm H2o Closing Pressure -sterile 35,000.00 280,000.00 22 8 Pcs Ventriculoperitoneal Shunt Kit Medium Pressure Burr Hole Design-1pc. 12mm Csf Flow Control Valve -1pc. 23cm Ventricular Catheter With Stylet -1pc. 90cm Open Ended Peritoneal Catheter Kink Resistant -sterile 35,000.00 280,000.00 23 10 Pcs Tracheal Tube Introducer (bougie) Fr.10 -length 70cm, Made Of Medical Grade Pe, Flexible, With Graduated Marking, Rounded Smooth Curved Tip, Sterile 1,200.00 12,000.00 24 10 Pcs Tracheal Tube Introducer (bougie) Fr.6 -length 53.5cm, Made Of Medical Grade Pe, Flexible, With Graduated Marking, Rounded Smooth Curved Tip, Sterile 1,200.00 12,000.00 25 10 Pcs Tracheal Tube Introducer (bougie) Fr.15 -length 70cm, Made Of Medical Grade Pe, Flexible, With Graduated Marking, Rounded Smooth Curved Tip, Sterile 1,200.00 12,000.00 26 30 Pcs Single Shot Dual Guidance Stimulating Needle - With 360 Degreeechogenic X-pattern,safety Code For Identification Of The Needle And Needle Tip Position, Insulated Echogenic Full Tip Needle 20gx100mm, And 30 Degree Bevel Design, Sterile, Disposable 1,800.00 54,000.00 27 30 Pcs Single Shot Dual Guidance Stimulating Needle - With 360 Degreeechogenic X-pattern,safety Code For Identification Of The Needle And Needle Tip Position, Insulated Echogenic Full Tip Needle 20gx50mm, And 30 Degree Bevel Design, Sterile, Disposable 1,800.00 54,000.00 28 1300 Pcs Suction Poole Drain, Connecting Tube, With Handle 300.00 390,000.00 29 500 Packs Surgical Gauze 2x2 24 X 28 Mesh, Unsterile, 100's/pack 60.00 30,000.00 30 500 Packs Surgical Gauze 4x4 24 X 28 Mesh, Unsterile, 100's/pack 180.00 90,000.00 31 500 Packs Surgical Gauze 4x4 With X-ray Detectable Thread Sterile 10's Pack 50.00 25,000.00 32 500 Packs Surgical Gauze 4x8x8 Ply 28x24 Mesh With X-ray Detectable Thread, Made From 100% Pure Surgical Grade Cotton Gauze, Soft And High In Absorbency, Folded Edges And Lint Free Sterile 10's Pack 100.00 50,000.00 33 300 Pcs Surgical Gauze Laparotomy Sponge 18"x18" , 24x28 Mesh With X-ray Detectable Thread, 1 Pc/pack 170.00 51,000.00 34 15000 Packs Surgical Gauze Pad 4x4 X 8 Ply, 24x28 Mesh (5 Pcs Per Pack), Sterile 25.00 375,000.00 35 40 Rolls Surgical Gauze Roll 36"x 100 Yards 28x24 Mesh 1,300.00 52,000.00 Project Vii Procurement Of Various Medical Surgical Sutures (award Per Item) Nep 2,140,302.00 2,500.00 1 3 Boxes Suture, 4/0, Round Needle, Absorbable Braided Polyglactin Antibacterial 4-0, 60-80cm, 20mm 1/2c, Taper, 12's/box 5,334.00 16,002.00 2 1 Boxes Suture, 4/0, Round Needle, Non-absorbable Blue Monofilament Polypropelene 4-0 (1.5 Metric), 60-90cm, 17mm 1/2c Taper, Double Arm, 36's/box 32,000.00 32,000.00 3 2 Boxes Suture, 5/0, Cutting Needle, Non-absorbable Blue Monofilament Polyprolelene 5-0 (1.0 Metric), 60-90cm, 13mm 3/8c, Double Arm, 36's/box 28,000.00 56,000.00 4 2 Boxes Suture, 5/0, Round Needle, Non-absorbable Blue Monofilament Polypropelene, 5-0 (1.5 Metric), 60-90cm, 17mm 1/2c Taper, Double Arm, 36's/box 30,000.00 60,000.00 5 3 Boxes Suture, 5-0, Midterm Absorbable, Synthetic, Violet Coated, Braided, Polyglactin 910 With Antibacterial Property, 1.0 Metric, 70cm, 17mm Rb-1 Plus 1/2c Taper, 12's/box 9,200.00 27,600.00 6 2 Boxes Suture, Mid-term Braided Absorbable Polyglactin 910 (poly(glycolide-co-l-lactid 90/10) Suture Size 6-0 3/8 Round Needle, 45cm, Sterile 9,500.00 19,000.00 7 2 Boxes Suture, 6/0, Round Needle, Non-absorbable Blue Monofilament Polypropelene 6-0 (1.7 Metric), 60-90cm, 10mm 1/2c Taper, Double Arm, 36's/box 28,500.00 57,000.00 8 100 Pcs Suture, 3/0, Round Needle-absorbable Monofilament Catgut Suture 3-0, 60-80cm, 26mm 1/2 C, Taper, 12's/box 200.00 20,000.00 9 50 Pcs Suture, Monofilament Polyamide Sutures 2/0, 3/8 Circle Reverse Cutting / Cutting 16mm Needle,70cm - 75 Cm, Non-absorbable, Cutting Needle 200.00 10,000.00 10 800 Pcs Suture, Monofilament Polyamide Sutures 3/0,3/8 Circle Reverse Cutting / Cutting 16mm Needle,70cm - 75 Cm, Non-absorbable, Cutting Needle 200.00 160,000.00 11 200 Pcs Suture, Monofilament Polyamide Sutures 4/0, 3/8 Circle Reverse Cutting/cutting 16mm Needle, 70cm, Non-absorbable, Cutting Needle Ben Sutures/benlon 200.00 40,000.00 12 100 Pcs Suture, Monofilament Polyamide Sutures 5/0,3/8 Circle Reverse Cutting / Cutting 16mm Needle,70cm - 75 Cm, Non-absorbable, Cutting Needle 200.00 20,000.00 13 300 Pcs Suture, Polyglactin Braided Coated Absorbable Suture-3/0, 70-75cm, Undyed Round 17mm 1/2c Needle 630.00 189,000.00 14 300 Pcs Suture, Polyglactin Braided Coated Absorbable Suture-4/0, Round 22mm 1/2c Needle , 70-75cm, Undyed, Antibacterial, Sterile 460.00 138,000.00 15 800 Pcs Suture, Polyglactine Undyed, Braided Coated Absorbable Suture-2/0, 90cm, Taper, 35-37mm 1/2c Needle 300.00 240,000.00 16 200 Pcs Suture, 2-0 Polyglactine 910 Undyed, Absorbable Braided Suture 2/0, 90-100cm, Taper, 26-28 Mm 1/2c Needle 300.00 60,000.00 17 120 Pcs Suture, Polyglactine Braided Coated Absorbable Suture-1/0, 90cm, Taper 38mm - 40mm Needle 300.00 36,000.00 18 250 Pcs Suture, Polyglactine Braided Coated Absorbable Suture-4/0, 75cm, Cutting 26mm 3/8c Needle 300.00 75,000.00 19 200 Pcs Suture, Polypropylene 0 Round Needle, 1/2 Circle 37-40mm, 70-90cm 300.00 60,000.00 20 200 Pcs Suture, Polypropylene 2/0 Round Needle, 1/2 Circle 20-26mm, 70-90cm 300.00 60,000.00 21 200 Pcs Suture, Polypropylene 3/0 Round Needle, 1/2 Circle 20-26mm, 70-90cm 300.00 60,000.00 22 200 Pcs Suture, Polypropylene 5/0 Round Needle, 1/2 Circle 17-19mm, 70-90cm 300.00 60,000.00 23 10 Pcs Macroporous, Soft And Strong Mesh For Inguinal And Ventral Hernia Repair,non Absorbable Polypropelene, Knitted Monofilament Material, 15x15cm Dimension, Pore Size 1.5 Mm, Weight 60 G/m², With Blue Reinforced Guiding Lines That Provide Easy Deployment 5,650.00 56,500.00 24 100 Pcs Suture, Silk Braided 0, Cutting 40mm Needle, Non Absorbable Suture, 90cm 250.00 25,000.00 25 300 Pcs Suture Silk, Braided , Coated, Non Absorbable 2/0 Strands 15 X 60 Cm, Sterile 250.00 75,000.00 26 300 Pcs Suture, Silk 4/0, Cutting 22-26mm Needle, Non Absorbable 70-90 Cm 250.00 75,000.00 27 200 Pcs Suture, Silk Braided 4/0, Round 20-22mm, Non Absorbable Suture, 75cm 250.00 50,000.00 28 120 Pcs Suture Silk, Braided , Coated, Non Absorbable 0 Strands 15 X 60 Cm 250.00 30,000.00 29 120 Pcs Suture Silk 1/0, Cutting 40mm Needle, Non Absorbable Suture, 90cm 250.00 30,000.00 30 120 Boxes Suture,4/0, Round Needle-absorbable Monofilament Catgut Suture 4-0, 60-80cm, 26mm 1/2c, Taper, 12's/box Surgitech/ Tudor 250.00 30,000.00 31 4 Boxes Suture,6/0, Round Needle-absorbable Monofilament Poliglecaprone 6-0, 45cm, 11mm 3/8c Reverse Cutting Needle, 12's/ Box 17,000.00 68,000.00 32 100 Pcs Suture,monofilament Polyamide 2/0 Cutting, 19mm Non Absorbable 75cm 250.00 25,000.00 33 100 Pcs Suture,monofilament Polypropylene 1/0, Round Needle, 3/8 Circle 19mm 250.00 25,000.00 34 80 Pcs Suture, Silk Braided 2/0, Cutting Needle 19-22mm, Non Absorbable Suture, 70-75cm 250.00 20,000.00 35 80 Pcs Suture Silk, Braided , Coated, Non Absorbable 3/0 Strands 15 X 60 Cm, Sterile 250.00 20,000.00 36 300 Pcs Suture, Silk Braided 2/0, Round 19-22mm, Non Absorbable Suture, 70-75cm 250.00 75,000.00 37 60 Pcs Suture. Multifilament/braided Absorbable 4/0 Round Needle 20mm 1/2c, 75cm 340.00 20,400.00 38 60 Pcs Suture. Multifilament/braided Absorbable 3/0 Round Needle 26mm, 75cm 330.00 19,800.00 Project Viii Procurement Of Glucose Strips (award Per Item) Nep 5,049,000.00 5,000.00 1 990 Boxes Glucose Strips Can Measures, Autocorrects And Eliminates Clinical Interferences Like Ascorbic Acid, Hematocrit, Acetaminophen/paracetamol, Uric Acid, Biliburin, Maltose Galactose Etc) For Arterial/venous/capillary/neonatal, Measurement Range 10-600mg/dl, Measurement Unit In Mg/dl, 1.2ul Blood Sample, 6 Seconds Time Result, Gold End Layer Noble Metal For Electrochemical Stability, Blue Top Layer With Vent Hole For Fast Sample Draw, Active Ingredients: Glucose Dehydrogenase And Glucose Oxidase, 2 Canisters Of 50’s In A Box With Free 100 Pcs Retractable Single Use Lancet G30 With Fixed Needle Depth 1.5 - 1.8mm Suitable For Neonates Pedia Adult With Free Use Of Glucometers, Meter With Memory Storage Of 500 Tests No Calibration Codes Needed, Meter Designed With Strip Ejector. 1 Glucometer In Every 10 Boxes Of Glucose Strips With Auto- Calibration And With Available Calibration Certificate. Supplier Must Change The Defective Meter As Reported By The End User Free Of Charge. Supplier Must Conduct Calibration Check Up Or Preventive Maintenance As Per End User Request On Its Chosen Schedule. 5,100.00 5,049,000.00 Project Ix Procurement Of Various Medical Supplies (award Per Item) Nep 7,015,320.00 7,000.00 1 30 Pcs Bag Valve With Oxygen Tubing, Reservoir Bag And Pressure Limiting Valve (adult) All Parts Should Be Airtight Sealed Plastic And Sterile. 900.00 27,000.00 2 50 Pcs Bag Valve With Oxygen Tubing, Reservoir Bag And Pressure Limiting Valve (pedia) All Parts Should Be Airtight Sealed Plastic And Sterile. 900.00 45,000.00 3 50 Pcs Bag Valve With Oxygen Tubing, Reservoir Bag And Pressure Limiting Valve (neonate) All Parts Should Be Airtight Sealed Plastic And Sterile. 900.00 45,000.00 4 200 Pcs Endotracheal Tube Id 2.0mm,uncuffed, Sterile, Single Use 40.00 8,000.00 5 300 Pcs Endotracheal Tube Id 2.5mm,uncuffed, Sterile, Single Use 40.00 12,000.00 6 300 Pcs Endotracheal Tube Id 3.0mm, Uncuffed, Sterile, Single Use 40.00 12,000.00 7 500 Pcs Endotracheal Tube Id 3.5mm,uncuffed, Sterile, Single Use 40.00 20,000.00 8 200 Pcs Endotracheal Tube Id 4.5mm, Uncuffed, Sterile, Single Use 40.00 8,000.00 9 100 Pcs Endotracheal Tube Id 4mm, Uncuffed, Sterile, Single Use 40.00 4,000.00 10 50 Pcs Endotracheal Tube Id 5.5mm, Cuffed, Sterile, Single Use 40.00 2,000.00 11 50 Pcs Endotracheal Tube Id 5mm, Cuffed, Sterile, Single Use 40.00 2,000.00 12 500 Pcs Endotracheal Tube Id 7.5mm, Cuffed, Sterile, Single Use 40.00 20,000.00 13 800 Pcs Endotracheal Tube Id 7mm, Cuffed, Sterile, Single Use 40.00 32,000.00 14 100 Pcs Endotracheal Tube Id 8.0 Mm, Cuffed, Sterile, Single Use 40.00 4,000.00 15 50 Pcs Guide Wire For Ett Adult 250.00 12,500.00 16 50 Pcs Guide Wire For Ett Neonate 250.00 12,500.00 17 50 Pcs Guide Wire For Ett Pedia 250.00 12,500.00 18 10000 Pcs Nasal Cannula For Adult With Soft Tilted Prongs, Transparent Tubing, 5-7 Feet In Length Single Use, Eo Sterilized 18.00 180,000.00 19 5000 Pcs Nasal Cannula For Neonate With Soft Tilted Prongs, Transparent Tubing, 5-7 Feet In Length Single Use, Eo Sterilized 30.00 150,000.00 20 6000 Pcs Nasal Cannula For Pedia With Soft Tilted Prongs, Transparent Tubing, 5-7 Feet In Length Single Use, Eo Sterilized 18.00 108,000.00 21 1000 Pcs Nebulizing Kit W/ Face Mask, Disposable Neb Kit With Medication Cup 7' Crush Resistant Tubing, And Adult Aerosol Mask 35.00 35,000.00 22 1000 Pcs Nebulizing Kit W/ Face Mask, Disposable Neb Kit With Medication Cup 7' Crush Resistant Tubing, And Pediatric Aresol Mask 35.00 35,000.00 23 500 Pcs O2 Mask With Rebreathing Bag, Elongated Facemask For Long Term Use, Clear And Soft Mask For Patient Comfort, Adjustable Elastic Strip & Integrated Noseclip For Proper Positioning Of Mask, 210 Cm Long Star Lumen Tubing To Ensure Continuous Flow Of Oxygen, Proximal End Of Tube Is Connected With Funnel Shape Connector For Easy Connection With Oxygen Source, Star Lumen Main Tube To Avoid Accidental Blockage, Adult Size 80.00 40,000.00 24 500 Pcs O2 Mask With Rebreathing Bag, Elongated Facemask For Long Term Use, Clear And Soft Mask For Patient Comfort, Adjustable Elastic Strip & Integrated Noseclip For Proper Positioning Of Mask, 210 Cm Long Star Lumen Tubing To Ensure Continuous Flow Of Oxygen, Proximal End Of Tube Is Connected With Funnel Shape Connector For Easy Connection With Oxygen Source, Star Lumen Main Tube To Avoid Accidental Blockage, Pedia Size 80.00 40,000.00 25 500 Pcs Orapharyngeal Airway Disposable, Smooth, Flexible Polyethylene Airway With Reiforced Bite Block, Color Coded For Easy Identification, Single Use,latex Free, Full Range Of Size # 0 30.00 15,000.00 26 300 Pcs Orapharyngeal Airway Disposable, Smooth, Flexible Polyethylene Airway With Reiforced Bite Block, Color Coded For Easy Identification, Single Use,latex Free, Full Range Of Size # 00 30.00 9,000.00 27 1000 Pcs Orapharyngeal Airway Disposable, Smooth, Flexible Polyethylene Airway With Reiforced Bite Block, Color Coded For Easy Identification, Single Use,latex Free, Full Range Of Size # 2 30.00 30,000.00 28 80 Pcs Orapharyngeal Airway Disposable, Smooth, Flexible Polyethylene Airway With Reiforced Bite Block, Color Coded For Easy Identification, Single Use,latex Free, Full Range Of Size # 5 30.00 2,400.00 29 500 Pcs Adult Diaper Super Absorbent, Large 30.00 15,000.00 30 300 Pcs Arm Sling Constructed Of Lightweight Navy Canvass Material, Adjustable Strap Pedia Size 90.00 27,000.00 31 200 Pack Battery For Laryngoscope Size C , 2's / Pack 300.00 60,000.00 32 300 Pack Battery For Penlight (2pc) Double A 200.00 60,000.00 33 300 Pack Battery For Pulse Oximeter Triple A , 2's /pac 200.00 60,000.00 34 800 Pcs Clinical Digital Thermometer Dual Temperature Reading Degrees, Reliable Temperature Measurement, Flexible Tip, Lightweight,uses Lr41(1.55 Dc) Battery , Preferably With Free Extra Batteries. 80.00 64,000.00 35 10 Pcs Closed Suction System With Corrugated, With Integrated Filter To Minimise The Risk Of Cross-infection, Sealable Rinse Chamber To Avoid Unintentional Aspiration, Disconnection Ring For Fast And Safe Separation Of The System From The Tube, Graduation In 1 Cm Increments For Easier Reading Of Insertion Depth, One-way Valve In The Rinse Port,transparent Material For Easier Reading Of Depth Markings, Double Swivel Connector To Relieve Strain On Tube Or Cannula, Universal Connector To Fit Almost All Suction Tubes And Receptacles, 45cm, Size Ch 10 1,600.00 16,000.00 36 10 Pcs Closed Suction System With Corrugated, With Integrated Filter To Minimise The Risk Of Cross-infection, Sealable Rinse Chamber To Avoid Unintentional Aspiration, Disconnection Ring For Fast And Safe Separation Of The System From The Tube, Graduation In 1 Cm Increments For Easier Reading Of Insertion Depth, One-way Valve In The Rinse Port,transparent Material For Easier Reading Of Depth Markings, Double Swivel Connector To Relieve Strain On Tube Or Cannula, Universal Connector To Fit Almost All Suction Tubes And Receptacles, 45cm, Size Ch 12 1,600.00 16,000.00 37 30 Pcs Closed Suction System With Corrugated, With Integrated Filter To Minimise The Risk Of Cross-infection, Sealable Rinse Chamber To Avoid Unintentional Aspiration, Disconnection Ring For Fast And Safe Separation Of The System From The Tube, Graduation In 1 Cm Increments For Easier Reading Of Insertion Depth, One-way Valve In The Rinse Port,transparent Material For Easier Reading Of Depth Markings, Double Swivel Connector To Relieve Strain On Tube Or Cannula, Universal Connector To Fit Almost All Suction Tubes And Receptacles, 45cm, Size Ch 16 1,600.00 48,000.00 38 10 Pcs Closed Suction System With Corrugated, With Integrated Filter To Minimise The Risk Of Cross-infection, Sealable Rinse Chamber To Avoid Unintentional Aspiration, Disconnection Ring For Fast And Safe Separation Of The System From The Tube, Graduation In 1 Cm Increments For Easier Reading Of Insertion Depth, One-way Valve In The Rinse Port,transparent Material For Easier Reading Of Depth Markings, Double Swivel Connector To Relieve Strain On Tube Or Cannula, Universal Connector To Fit Almost All Suction Tubes And Receptacles, 45cm, Size Ch 8 1,600.00 16,000.00 39 50 Set 70mm Colostomy Set, 70mm Wafer - 1pc, 70mm Pouch - 1pc, Clip -1pc 245.00 12,250.00 40 50 Set 60mm Colostomy Set, 60mm Wafer - 1pc, 60mm Pouch - 1pc, Clip -1pc 245.00 12,250.00 41 150 Pcs Condom Catheter 35.00 5,250.00 42 500 Pcs Cotton Wool Roll 400g , Absorbent, Must Be In A Thick Plastic Packaging For The Safety Of The Item. 130.00 65,000.00 43 80 Pcs Chest Drainage Bottle Disposable. Specifications: Outlet, Intelport, Collection Chamber 1600ml, Drainage Tube, Funnel, Rotatable Bracket, Hanger. 949.00 75,920.00 44 3000 Pcs Curity Pads/under Pads, 60x90cm, 65g, Disposable, Outer Is Non-woven Fabric,wppd Pulp High Polymer Tissue Paper, Water Proof Pe Film. 25.00 75,000.00 45 200 Pack Ecg Electrodes, Disposable, Adhesive (adult) (50/pack) 450.00 90,000.00 46 200 Pack Ecg Electrodes, Disposable, Adhesive (pedia) (50/pack) 450.00 90,000.00 47 1000 Pcs Elastic Bandage 2"x 5 Yards Stretched, Color Flesh Or Brown, Polysester/ Rubber Thread Knit Bandage With Medtal Clip Closure, Open Wave Design Allows Air Circulation For Cool, Comfortable Wea, Consistent Elasticity For A Controlled Compressin Effect 25.00 25,000.00 48 3000 Pcs Elastic Bandage 4"x 5 Yards Stretched, Color Flesh Or Brown, Polysester/ Rubber Thread Knit Bandage With Medtal Clip Closure, Open Wave Design Allows Air Circulation For Cool, Comfortable Wea, Consistent Elasticity For A Controlled Compressin Effect 25.00 75,000.00 49 2000 Pcs Elastic Bandage 6"x 5 Yards Stretched, Color Flesh Or Brown, Polysester/ Rubber Thread Knit Bandage With Medtal Clip Closure, Open Wave Design Allows Air Circulation For Cool, Comfortable Wea, Consistent Elasticity For A Controlled Compressin Effect 40.00 80,000.00 50 200 Pcs Face Mask 3-ply With Noseclip And Tie, Made From Soft, Lightweight, Non-woven Fabric, 50's/box 100.00 20,000.00 51 50 Pcs Foley Bag Catheter Fr 10, Grey Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 2 Way Standard 5.3mm/12-15ml 45.00 2,250.00 52 50 Pcs Foley Bag Catheter Fr 12, White Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 2 Way Standard 5.3mm/12-15ml 45.00 2,250.00 53 1500 Pcs Foley Bag Catheter Fr 16, Orange Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 2 Way Standard 5.3mm/12-15ml 45.00 67,500.00 54 50 Pcs Foley Bag Catheter Fr 8, Grey Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 2 Way Standard 5.3mm/12-15ml 45.00 2,250.00 55 300 Pcs Foley Bag Catheter, Fr 18, Red Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 2 Way Standard 5.3mm/5-15ml 45.00 13,500.00 56 200 Pcs Foley Bag Catheter Fr 22, Violet Balloon Port Marked With Recommended Volume Of Fluid, Urine Drainage Port Marked With French/mm Sizes) , With Balloon To Be Filled With Water From Balloon Port, 3 Way 30ml 350.00 70,000.00 57 30 Pcs Hot Water Bag, Rubber, Later Free, Heavy Duty 150.00 4,500.00 58 80 Pcs Incentive Spinometer,three Balls Adult, Volume Measurement Up To 2500ml, With Good-better-best Window, Compact, Ergonomic Design, With Built-in Handle, With Particulate Filter Screen In Mouthpiece Individually Packed. 300.00 24,000.00 59 5000 Pack Interfolded Paper Towels, 175 Pulls Per Pack, Good Quality 100.00 500,000.00 60 8000 Pcs Lubricating Jelly, 5-10g, Water Soluble 10.00 80,000.00 61 800 Pcs Mucus Trap / Suction Specimen Trap, Trap Is Graduated To 20cc, Container Seals Tightly For Safe Transport To Lab, Fr. 14, Adult 60.00 48,000.00 62 3000 Pcs Newborn/infant Diapers, Absorbent 10.00 30,000.00 63 300 Pcs Ngt Fr 10, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 25.00 7,500.00 64 800 Pcs Ngt Fr 12, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 25.00 20,000.00 65 500 Pcs Ngt Fr 14, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 25.00 12,500.00 66 1500 Pcs Ngt Fr 16, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 195.00 292,500.00 67 2000 Pcs Ngt Fr 5, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 25.00 50,000.00 68 3000 Pcs Ngt Fr 8, Low Coefficient Of Friction Minimises Tissue Damage Silicon Elastomer Provides Inert Coating Avoiding Adverse Effects Of Pvc, Non-toxic Material, Medical Grade Pvc, Proximal End, Make Sure The Connector Fits The Asepto Syringe 100ml. Single Use, Eo Sterilized, Non-toxic, Pyrogenic Free 25.00 75,000.00 69 500 Pcs Pediatric Urine Collector 20.00 10,000.00 70 100 Pcs Penrose Drain, Cigarette Size 18x1" 50.00 5,000.00 71 200 Pcs Penrose Drain, Cigarette Size 18x1/2" 50.00 10,000.00 72 300 Pcs Penrose Drain, Cigarette Size 18x1/4" 50.00 15,000.00 73 1500 Bot Plain Nss Irrigation 1l, Each 100ml Contains 0.9% Sodium Chlorides, 900mg Water For Injection. The Solution Must Be In A Clear Container With A Resealable Plastic Cap. 120.00 180,000.00 74 500 Pcs Plaster Of Paris 4 Inch X 5 Yrds 80.00 40,000.00 75 300 Pcs Plaster Of Paris 6 Inch X 5yrds 80.00 24,000.00 76 500 Pcs Sharp Container Inner Container 5.4 Qt. Horizontal Typehorizontal Type Inner Container, 5.4 Quarter, Counter Balance, Tamper Resistance, Dimension: 10.75 Inches X12 Inches X 4.5 Inche 450.00 225,000.00 77 50 Pcs Spo2 Adhesive Sensor Circuit,must Fit With Neonate, Pedia, Adult. Length : 0.9m 1,000.00 50,000.00 78 300 Pcs Suction Catheter Fr. 10, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 7,500.00 79 300 Pcs Suction Catheter Fr. 12, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 7,500.00 80 800 Pcs Suction Catheter Fr. 14, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 20,000.00 81 3000 Pcs Suction Catheter Fr. 16, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 75,000.00 82 2000 Pcs Suction Catheter Fr. 5, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 50,000.00 83 3000 Pcs Suction Catheter Fr. 8, Flexible, Transparent Silk Surfaceand Smoothly Rounded Tip Provides Protection On Sensitive Tissues, Color Coded Connection For Easy Identification, Sterile, Double-peel Pack And Ready To Use 25.00 75,000.00 84 300 Pcs Suction Machine Connecting Tube, Diameter 7mm Length: 210-230cm 300.00 90,000.00 85 40 Box Surgical Plastic Tape Transparent, Porous, Plastic, Easy, Straight, Bi-directional Tear Easy To Handle With Gloves, Water Resistant, Perforated Plastic Tape That Tears Easily, 1"x10 Yrd, 12's/box (plaster 1") 750.00 30,000.00 86 50 Box Surgical Plastic Tape Transparent, Porous, Plastic, Easy, Straight, Bi-directional Tear Easy To Handle With Gloves, Water Resistant, Perforated Plastic Tape That Tears Easily, 1/2"x10 Yrd, 24's/box (plaster 1/2") 750.00 37,500.00 87 50 Pcs Tape Measure 100.00 5,000.00 88 10 Pcs Tracheostomy Tube With Disposable Inner Cannula, (fenestrated) Adult, Size 3.0 7,500.00 75,000.00 89 10 Pcs Tracheostomy Tube With Disposable Inner Cannula, (fenestrated) Adult, Size 6.0 7,500.00 75,000.00 90 10 Pcs Tracheostomy Tube With Disposable Inner Cannula, (fenestrated) Adult, Size 7.0 7,500.00 75,000.00 91 100 Box Transparent Split Septum Needless Port With 0.10 Ml Priming Volume, Clear Housing Allow Visualization Of Fluids, 50's/box 4,500.00 450,000.00 92 500 Pcs Triple Lumen 15cm Macrobore Tri-extension Set With Luer Lock Needleless Split Septum Adapter· Priming Volume 2.25ml With Flow Rate 445ml/min With Sliding Clamp Clear Housing With Straight Fluid Pathwaylipid Compatibility, Latex Free, And Dehp Free Tubings. 350.00 175,000.00 93 8000 Pcs Urine Drainage Bag, 2000ml Capacity With Accurate Calibration For Measurement With Adjustable Hanger And Bottom Outlet, With Safe Slide Valve Used To Empty The Bag, Single Use, Non-toxic, Pyrogenic Free, All Included Items Must Be Packed In One Easy To Peel Plastic. 35.00 280,000.00 94 2000 Pcs Wadding Sheet Orthopoedic Padding 4inch X 5yrds Non Wooven, Hypoallergenic Porous Fabric, Smooth 50.00 100,000.00 95 1500 Pcs Wadding Sheet Orthopoedic Padding 6inch X 5yrds Non Wooven, Hypoallergenic Porous Fabric, Smooth 50.00 75,000.00 96 250 Box Wooden Tongue Depressor, Sterile Individaul Packed, 100's/box 250.00 62,500.00 97 2000 Pcs Wrist Splint Adult With Plastic Cover, Padded, Velcro Strap, Medium 70.00 140,000.00 98 2500 Pcs Wrist Splint Neonatal With Plastic Cover, Padded, Velcro Strap, Medium Size 45.00 112,500.00 99 1000 Pcs Wrist Splint Pedia With Plastic Cover, Padded, Velcro Strap, Medium Size 54.00 54,000.00 100 200 Pcs Zinc Oxide Adhesive Tape 4"x5y, Brown/white, Adhesive Ensures Exceptional High Initial And Permanent Adhesion, Material Is Extremely Resistant To Tension, Dirt And Moisture, Breathable Material. 650.00 130,000.00 101 50 Bot Hydrogen Peroxide 500 Ml 10 Volumes Antiseptic/disinfectant 450.00 22,500.00 102 2000 Kit Admission Kits: 1 Pc Digital Thermometer; 1 Bot Alcohol 60 Ml; 1 Pc Soft Bristled Toothbrush; 1 Tube Toothpaste 25 Ml; 1 Roll Tissue Paper 2 Ply; 1 Pack Detergent Powder 70ml; 1 Bar Soap 60g; 1 Pc Cotton, White Face Towel 100cmx50cm; 1 Pc Calibrated Drinking Glass; 2 Pcs Stainless Steel Spoons; 1 Pc Printed, Colored Hospital Brochure ( Containing Service Offered, Patient's Right, Patients Resposibilities , Discharge Requirements And Instructions ) Packaging: All Items Must Fit In A Waterproof Bag, Should Have Cloth Bag With Loop Handle & Zipper (maroon/green) With Printed Hospital Logo 500.00 1,000,000.00 Project X Procurement Of Various Supply Of Patients Thermal Id Wristband And Thermal Papers (award Per Item) Nep 633,000.00 1,000.00 1 40 Rolls Thermal Id Wristband, Adult Size Must Be Compatible With Existing Machine (essential Safeband), Id Wristband Should Be Fitted For Adult Patients, Id Wristband Should Be Waterproof And Alcohol Resistant, Should Be Lock Type And Disposable, Id Wristband Print Are Should Not Be Less Than 8cm X 3cm, Id Wristband Should Be Barcode Ready, Minimum Of 200 Pcs / Roll 7,000.00 280,000.00 2 10 Rolls Thermal Id Wristband, Pedia Size (blue), Must Be Compatible With Existing Machine (essential Safeband), Id Wristband Should Be Fitted For Pediatric Patients, Id Wristband Should Be Waterproof And Alcohol Resistant, Should Be Lock Type And Disposable, Id Wristband Print Are Should Not Be Less Than 8cm X 3cm, Id Wristband Should Be Barcode Ready, Minimum Of 200 Pcs / Roll 7,000.00 70,000.00 3 10 Rolls Thermal Id Wristband, Pedia Size (pink), Must Be Compatible With Existing Machine (essential Safeband), Id Wristband Should Be Fitted For Pediatric Patients, Id Wristband Should Be Waterproof And Alcohol Resistant, Should Be Lock Type And Disposable, Id Wristband Print Are Should Not Be Less Than 8cm X 3cm, Id Wristband Should Be Barcode Ready, Minimum Of 200 Pcs / Roll 7,000.00 70,000.00 4 50 Pcs Thermal Paper 57mm X 30-40mm For Newborn Hearing Machine.model: Neurosoft 00392049 150.00 7,500.00 5 50 Pcs Ultrasound Thermal Print Media, Type Ii High - Density, Upp- 110hd, 110mm Wide X 20m Long, With Approximately 270 Prints Per Roll, Must Be Compatible With Existing Sony Printer., With Model No. D898md 1,200.00 60,000.00 6 80 Pad Ctg Paper Compatible W/ Procured Ctg Unit (ms Fetal Monitor Basic Sunray Srf618b6) 350.00 28,000.00 7 50 Rolls Ecg Thermal Paper 110mm X 28.5m, Compatible With Procured Machine Tc10 Phlps 850.00 42,500.00 8 50 Pads Ecg Paper Cp150, W: 22.5cm H: 11.5cm Depth: 29cm Compatible With Welch Allyn Machine Cp 150 Ekg Machine 1,500.00 75,000.00 Project Xi Procurement Of Various Medical Supplies For Delivery Room & Ob Gyne Ward (award Per Item) 2,608,500.00 3,000.00 1 50 Boxes Disposable Cord Clamp, Plastic, Sterile, 100/box 350.00 17,500.00 2 700 Pcs Rubber Suction Bulb 30 - 60ml (small For Neonate) 60.00 42,000.00 3 3000 Pcs Straight Cath Fr.14 (10/box), Transparent Silk Surface, Smoothly Rounded Tip, E.o. Sterile 15.00 45,000.00 4 500 Pcs Straight Cath Fr.16 (10/box), Transparent Silk Surface, Smoothly Rounded Tip, E.o. Sterile 15.00 7,500.00 5 28 Gals Ultrasound Transmission Gel, Water Soluble / 5 Liters Gallon. With Free 1 Bottle Dispenser 250ml In Every Gallon. 1,000.00 28,000.00 6 30 Gals Vacuum Delivery System, With Palm Pump, Versatile Use, Complete Control Of A Single Operator, Flexible Stem, Low Cup Profile, Disposable. 4,200.00 126,000.00 7 50 Pcs Manual Vacuum Aspirator With 2 Ml Tube Of Silicone. With 9 Pcs. Cannulae ((sizes - 3mm, 4mm, 5mm, 6mm, 7mm, 8mm, 9mm, 10mm, 12mm) 1pc. Adapter. 2,050.00 102,500.00 8 4000 Pcs Isolation Gown Blue 40gsm (120x140cm) Knitted 60.00 240,000.00 9 1000 Kits Ob Kit Bag 2,000.00 2,000,000.00 Project Xii Procurement Of Various Supplies For Radiology Department Use (award Per Item) 398,765.70 500.00 1 10 Boxes Medical Dry Imaging Film Di-hl 14 X 17, 100's/box 9,700.00 97,000.00 2 10 Boxes Medical Dry Imaging Film Di-ht 14 X 17, 100's/box 8,930.00 89,300.00 3 5 Boxes Medical Dry Imaging Film Di-hl 8 X 10, 50's/box 4,688.00 23,440.00 4 200 Pcs Syringe Kit Pack 200ml,spike, J-tube And Y-tube 880.00 176,000.00 5 10 Reams X-ray Envelope 14 X 17, 100's/ream 684.00 6,840.00 6 10 Reams X-ray Envelope 11 X 14, 100's/ream 618.57 6,185.70 Project Xiii Procurement Of Various Supplies For Pulmonary Unit Use (award Per Item) 653.000.00 1,000.00 1 131 Pcs Adult Ventilator Circuit With 2 Water Trap With Nebkit With 2 Bacterial Filter, 1 Hmef, 1 Auto-refill Humidification Chamber And 1 Expiratory Valve Adaptor 1,400.00 183,400.00 2 40 Pcs Pedia Ventilator Circuit With 2 Water Trap With Nebkit With 2 Bacterial Filter, 1 Hmef, 1 Auto-refill Humidification Chamber And 1 Expiratory Valve Adaptor 1,400.00 56,000.00 3 40 Pcs Neonatal Ventilator Circuit With 2 Water Trap With Nebkit With 2 Bacterial Filter, 1 Hmef, 1 Auto-refill Humidification Chamber And 1 Expiratory Valve Adaptor 1,400.00 56,000.00 4 16 Pcs High Flow Nasal Cannula Nasal Prong Interface With Humidifier Adult, With Single Heated Circuit Tubings, With Mr290 Chamber. 8,000.00 128,000.00 5 8 Pcs High Flow Nasal Cannula Nasal Prong Interface With Humidifier Pedia, With Single Heated Circuit Tubings, With Mr290 Chamber. 8,000.00 64,000.00 6 40 Pcs Heat Exchange Moisture Filter (hmef) 400.00 16,000.00 7 48 Pcs Bacterial Filter 200.00 9,600.00 8 40 Pcs Auto-refill Humidification Chamber 600.00 24,000.00 9 40 Pcs Spiroscout Mouthpiece For Pulmonary Function Test 340.00 13,600.00 10 40 Pcs Peak Expiratory Flow Rate 300.00 12,000.00 11 40 Pcs Mdi Adaptor 100.00 4,000.00 12 4 Pcs Niv Mask W/ Harness (medium - Adult)mask Type: Non-vented Mask With Orogastric And Nasogastric Tube Port 7,500.00 30,000.00 13 40 Pcs Endotracheal Tube Collar 200.00 8,000.00 14 16 Pcs Disposable Capnograph 500.00 8,000.00 15 40 Pcs In-line T-piece/t-piece Connector 400.00 16,000.00 16 2 Pcs Nasal Tubing Universal (70 Mm)- Spiral-heated Wire 4,000.00 8,000.00 17 1 Pcs Nasal Prong (3.5 Mm/2.0 Mm) 2,800.00 2,800.00 18 1 Pcs Nasal Prong (5.0 Mm/4.0 Mm) 2,800.00 2,800.00 19 1 Pcs Nasal Prong (6.0 Mm/6.0 Mm) 2,800.00 2,800.00 20 1 Pcs Infant Bonnet (17-22 Cm) 4,000.00 4,000.00 21 1 Pcs Infant Bonnet (25-29 Cm) 4,000.00 4,000.00 Project Xiv Procurement Of Various Medical Supplies For Physical & Rehabilitation Medicine (award Per Item) 376,750.00 500.00 1 62 Bot 2-propanolol Benzalkonium Chloride 1l Bot Spray 1,325.00 82,150.00 2 300 Pack Wet Wipes 80-100 Pcs/pack, Alcohol Free 110.00 33,000.00 3 100 Pcs Electrical Stimulator Pads Standard Size 106.00 10,600.00 4 20 Pcs Athletic Tape, 5cm X 5m 400.00 8,000.00 5 150 Pcs Parafin Wax 1 Pound / Block 1,500.00 225,000.00 6 20 Pcs Kinesiology Tape, 5cm X 5m 900.00 18,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act” 3. Bidding Documents Are Readily Available At The Bac Sec/pu Office Upon Payment Of The Corresponding Bidding Documents Fee, As Indicated In The Table Above. The Procuring Entity Has Posted The Complete Set Of Bidding Documents At Its Website, And On The Philgeps Website. Bidding Documents May Be Downloaded From Any Of The Said Websites; Provided, Upon Submission Of Their Bids, The Bidders Shall Pay The Applicable Fee. 4. Bids Must Be Duly Received By The Bac Secretariat At The Address And Schedule Described Above. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Bidding Documents. 5. The Bids Can Be Submitted Either Manually Or Electronically In Accordance With Section 25 Of The 2016 Revised Irr Of Ra 9184. If Electronically, Bids Must Be Submitted Online Using The Link: Https://sites.google.com/view/csmc-bid/home And Received By The Procuring Entity On Or Before October 30, 2024 @ 9:30 A.m. Late Bids Shall Not Be Accepted. Opening Of Bids Shall Be Online In The Presence Of Bidders Or Authorized Representative Who Wish To Attend Via Link Given. We Encourage Bidders Or Authorized Representatives Supported By Spa Or Secretary Certificate To Attend The Opening Of Bids. 6. The Following Activities Are Scheduled On The Following Dates: Posting Of Invitation To Bid : October 07, 2024 Pre-bid Conference : October 15, 2024 (1:30 Pm Via Microsoft Teams) Bid Opening : October 30, 2024 (9:30 Am Via Microsoft Teams) Bid Evaluation : Within 7 Days From Bid Opening Post Qualification : Within 12 Calendar Days From Determination Of Lcb 7. Cebu South Medical Center Reserves The Right To Accept Or Reject Any Bid To Annul The Bidding Process And To Reject Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. This Is In Compliance With Gppb Circular 06-2019 And Is Short Of Award. For Further Information, Please Refer To: Contact Person: Mary Ann G. Lozada Bac Secretariat, Head Cebu South Medical Center Cel. No. 09453473696 / 09189679068 San Isidro, Talisay City, Cebu Atty. Madyll S. Cuadra-robinta, Cese, Fpcha Bac Chairperson
Closing Date30 Oct 2024
Tender AmountPHP 50.9 Million (USD 888.8 K)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Description: Contact Information|4|n761.03|n00383|215-697-2530|jaclyn.dooling@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 Receive Report (combo)||n/a|n00383|n/a|n/a|n/a|n/a||||||||| 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|12 Months|45 Days After 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|||||||||||| 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|x|| 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 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. 1.4 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. 1.5 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 the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. 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 Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 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: cylinder Assembly,a ;14-43140-501; P/n, ;003277008; Nsn, ;current Publications; 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. cylinder Assembly,a ;northrop Grumman Sys Corp Air Combat Sys Div; Company Name , ;one Hornet Way El Seguno Ca 90245; Address , ;76823; 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 Soon18 Oct 2024
Tender AmountRefer Documents 

Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of the City Council of Las Palmas de Gran Canaria Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Spain
Purchaser Name: Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of | Digital Shadow Element In La Cícer, Playa De Las Canteras
Closing Date7 Dec 2024
Tender AmountEUR 74.6 K (USD 81.6 K)

Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of the City Council of Las Palmas de Gran Canaria Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
Spain
Purchaser Name: Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of | Local Police Canine Unit
Closing Date6 Jun 2025
Tender AmountEUR 129.6 K (USD 141.8 K)

Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of the City Council of Las Palmas de Gran Canaria Tender

Agriculture or Forestry Works
Spain
Purchaser Name: Government Area of Planning, Urban Development and Housing, Cleaning, Roads and Works and Lighting of | Contest for the Paseo Guiniguada Project of Canarian Culture and Arts
Closing Date7 Jul 2025
Tender AmountEUR 1.6 Million (USD 1.8 Million)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Action Code: Sources Sought Notice subject: Architectural-engineering (a-e) Services For General Engineering And Design Services For Various Locations Within The Corps Of Engineers North Atlantic Division Boundaries (but Primarily In The New England District (nae) Mission Boundaries (me, Nh, Vt, Ma, Ct, And Ri)) sources Sought Number: W912wj24x0049 naics Code: 541330 posted Date: September 19, 2024 response Date: October 18, 2024 classification Code: C – Architect And Engineering Services place Of Performance: u.s. Army Engineer District, New England 696 Virginia Road concord, Ma 01742-2751 Us description: this Is A Sources Sought Announcement To Determine The Interest, Availability, And Capability Of Potential Architect-engineer (a-e) Contractors For An Intended Unrestricted Procurement Based On Information Described Below And To Solicit Feedback From All Of Industry On The Proposed Approach. It Is For Informational Purposes Only. This Is Not A Request For Proposals, Quotations Or Bids. Award Of The Contract Is Expected In Spring 2026. the U.s. Army Corps Of Engineers, New England District Desires To Identify A-e Contractors Capable Of Providing General Engineering And Design Services To Include Construction Phase Services (cps). The Naics Code For This Procurement Is 541330 (size Standard $25,500,000). The Current Intent Is To Solicit One (1) Unrestricted Multiple Award Task Order Contract (matoc) Next Fiscal Year With A Capacity Of Between $100m And $180m (exact Value Subject To Refinement) For Award To A Minimum Of Three (3) A-e Firms. This Will Be A Separate Matoc Contract From New England District’s Pending Small-business Set-aside Matoc With A Pool Of Three (3) Firms And A Contract Capacity Of $24m. The Capacity Of This New Matoc Contract Is To Be Shared Among The Pool Of The A-e Firms Awarded Contracts Under Each Matoc. Solicitation Would Be In Accordance With The Selection Of Architects And Engineers Statute Formerly Known As The Brooks Act As Implemented In Far Subpart 36.6. the Intent Is That The Unrestricted A-e Idiq Contract That Is The Focus Of This Sources Sought Notice Will Be Utilized For Larger And/or More Technically Complex Projects. ‘larger Projects’ Denotes Planning, Designs, And Cps For Construction Projects Across All Programs That Are Expected To Exceed $20m And/or Family Housing And Military Construction - Army (mca) And Air Force (mcaf) Projects For Which The A-e’s Fees Are Expected To Exceed $1m; Complex Or Specialized Facilities Such As Those In Support Of Medical Or Research Facilities; And Construction Of New Civil Works Flood Risk Reduction Measures Or Facilities. ‘more Technically Complex Projects’ Denotes A-e Services For Military, Civil Works, And Interagency & International Support (iis) Facilities Such As Medical, Research & Development, Civil Works, And Infrastructure Projects That Require Advanced Engineering Capabilities (e.g., Facilities With Cleanrooms Or Specialized Mechanical Systems), Extensive Multi-discipline Coordination, And/or Specialized Facilities (e.g., Sensitive Compartmented Information Facilities (scifs)), And Major Flood Control Facilities). Task Orders Under The Matoc Will Then Be Competed Amongst The Unrestricted A-e Firms For Work Considered To Be Within The Scope Of That Matoc Contract. This Will Be In Accordance With Usace Alert 21-013, Updated Procedures For The Selection Of Task Orders On Architect-engineer Indefinite Delivery Contracts Dated 9 March 2023. All Contracts Will Have An Ordering Period Not To Exceed Five (5) Years. The Location Of The Work To Be Performed Under This Contract Shall Be Primarily In The Six (6) New England States (me, Nh, Vt, Ma, Ct, And Ri) But Will Also Include All Other States And Districts Covered By The U.s. Army Corps Of Engineers North Atlantic Division’s Mission Areas (ny, Pa, Nj, De, Md, Va, Wv, And The District Of Columbia). responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Announcement, And If The Government Still Plans To Proceed With The Acquisition, A Solicitation Announcement Will Be Published On The Sam.gov Website For The Respective Project. No Solicitation/synopsis Is Currently Available. All Interested Offerors Will Have The Opportunity To Respond To The Solicitation Announcement At A Later Time. scope Information: the Work Is Expected To Include, But Is Not Limited To, Various Engineering, Design And/or Cps For Project Types Noted Above. A-e Services That May Be Required Under This Contract Include The Preparation Of: Design Drawings, Technical Specifications, Construction Cost Estimates, Design And Construction Schedules, Design Analyses, Engineering Calculations, Design-build (d-b) Requests For Proposals (rfp), Conceptual Designs, Civil Works And Military Planning Studies, Engineering Studies, And Other Technical Reports, Sustainable Design/leed Project Documentation, Commissioning Reports, And Value Engineering (ve) Studies. Services May Also Include All Architectural And Engineering Tasks Necessary To Develop The Documents Listed Above To Also Include: Developing Models (e.g., Architectural, Hydrology, Coastal), Economic Analyses, Life-cycle Cost Analyses (lcca), Topographic Surveying, Geotechnical Investigation And Analysis, Aerial And Other Types Of Surveying, Development And Use Of Gis Systems, And Cps To Include Shop Drawing Review, As-built Drawing Preparation, Preparation Of O&m Manuals, Field Oversight, And Engineering Consultation Services. products Shall Typically Be Produced To Corps Of Engineers Guidelines And Specific Formats Set Forth Under The Base Contract And/or By Individual Task Order. The Firm Shall Be Required To: Provide Design Drawings In Autodesk Cadd Software (latest Version); Use Autodesk Revit Building Information Modeling (bim) Software; Use Corps Computer-based Specification Software For The Development Of Specifications (specsintact); Use The Latest Version Of Mii (cost Engineering Software As Provided By The Government And Licensed To The Firm) For The Development Of Construction Cost Estimates; Use Primavera P6 For Developing Detailed Construction Schedules And Use Ms Project For More Basic Design And Constructions Schedules; And Utilize Projnet (drchecks) (https://wwwprojnet.org) For Comment Resolution Of Design Review Submittals. responses: in Order To Assess Your Capability To Perform This Contract Adequately, Interested Firms Should Submit A Capabilities Package To Include, At A Minimum, The Following: 1) Firm’s Name, Address, Point-of-contact, Phone Number, Email Address, Cage And Uei Number. 2) Business Classification (e.g., 8(a), Hubzone, Woman-owned Small Business (wosb). Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Small Business Or None Of These). 3) Name Of Any Subcontractors That Would Be Proposed To Team With The Prime Firm And Their Expected Role. 4) Size Of Firm And Those Firms On The Team. 5) Information On The General Experience And Capabilities Of Your Firm And Team. 6) Specific Documentation Of Your Firm’s Experience And Capabilities Related To: a) Design (full Design-bid-build (dbb) Or D-b Rfp) For Vertical Construction Projects That Exceed The Size Standard Specified Above. b) Design (dbb Or D-b Rfp) Of Military Construction Facilities That Exceed The Size Standard Specified Above. c) Design (dbb Or D-b Rfp) Of Medical Or R&d Facilities For The Federal Government (new Or Renovation/addition) That Exceed The Size Standard Specified Above. d) Planning (i.e., Feasibility Study) And/or Design Of Major Civil Works Infrastructure (e.g., Flood Risk Management Or Coastal Storm Risk Management Projects (e.g., Flood Walls, Pump Stations, Levees, Closure Structures, Or Non-structural Flood Mitigation Measures)) That Exceed The Size Standard Specified Above. e) Design Of Facilities (new Or Renovation) Requiring Advanced Engineering Capabilities (e.g., Facilities With Clean Rooms Or Specialized Mechanical Systems). f) Design Of Specialized Facilities (e.g., Scifs, Major Flood Control Facilities) Or Other Unique Structure. g) Design Of Navigation Structures (e.g., Breakwaters, Revetments, And Jetties). as Supporting Documentation, Submit Project Overviews Of Up To Five (5) Projects Representative Of The Capabilities Listed Immediately Above That Were Studied/designed Within The Past Seven (7) Years. The Project Overviews Shall Include A Synopsis Of The Project Including Project Name, Client, Photos, Month/year The Firm’s Design Work Started And Completed; Total Contract Value Of The Firm’s Design Work Specifically; Physical Size Of The Designed Facility; Construction Cost; And Customer Point-of-contact. Note – Provide Information Most Relevant To The Work Performed By Your Firm. To The Extent Possible, Include Projects That Are Representative Of At Least One Of Each Type Listed Above With Overlapping Elements Where Possible. 7) Technical Capabilities/personnel To Perform: a) Designs For Vertical Construction; b) Civil/site Design To Include Landscape Architecture; c) Investigation And Design For Major Mechanical And Electrical Production And Distribution Systems; d) Designs Of Flood Risk Management Facilities (riverine And Coastal; Structural And Non-structural); e) Sustainable Design, Commissioning, Energy Reduction Compliance; f) Hydrology And Hydraulics; g) Coastal Engineering. 8) Should A Firm Responding Be Classified As A Small Business, The Firm Should Also Describe Their In-house Capabilities To Accomplish The Above Stated Work Requirements. In Accordance With Requirements Of Far 19.508(e) And 52.219-14, "at Least 50% Of The Cost Of Contract Performance Incurred For Personnel" Must Be Expended For Employees Of The Prime Firm Along With "similarly Situated" Subcontractors Over The Life Of The Contract. "similarly Situated" Subcontractor Means A First-tier Subcontractor, Including An Independent Contractor That Has The Same Small Business Program Status As That Which Qualified The Prime Contractor For The Award And That Is Considered Small For The Specified Naics Code. Respondents Are To Indicate And Demonstrate Their Ability To Perform At Least 50% Of The Work Required Under This Proposed Contract, Based On The Work Described Above For Work In The Six New England States. 9) Interested Firms Should Provide Input On Their Abilities To Participate In A Matoc Pool Of Up To $180m With The Assumption They Would Need To Execute $60m Worth Of Work Over 5 Years. responses Should Be Limited To A Pdf File That Shall Not Exceed Twenty-five (25) 8.5x11 Pages (not Including Cover Sheet); 11x17 Pages (count As Two (2) Pages) Can Be Used Where Appropriate. Responses Are Due By 18 October 2024. Responses Should Be Emailed To Contract Specialist Brian Mannion At Brian.t.mannion@usace.army.mil. No Appointments Or Telephone Calls Will Be Accepted. This Sources Sought Announcement Is Not To Be Construed As A Commitment By The Government. The Government Will Not Pay For Any Material Provided In Response To This Market Survey Nor Return The Data Provided. This Is Not A Request To Be Placed On A Solicitation Mailing List Nor Is It A Request For Proposal (rfp) Or An Announcement Of A Solicitation. The Results Of This Survey Will Be Considered To Be In Effect For A Period Of One Year From The Date Of This Notice. government Agency Url: Www.nae.usace.army.mil government Agency Url Description: New England District, Corps Of Engineers
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

City Of Bais Tender

Furnitures and Fixtures
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Procurement Of Furniture Semi-expandable For Bais City National High School And Bais City National Science High School Activity Center, Deped, Viz: Item Approved Budget For The Contract (abc) Pr No. 652-24 Php 725,000.00 1 18 Pcs. 8-foot (96 In L X 30 In W X 29 In H) Fold-in-half Table (powder-coated Steel Frame Material, Uv Protected High Density Polyethylene Top, Contoured For Comfort, Stain Resistant And Easy To Clean, Superior Strength And Durability, Lightweight Design, Convenient Carry Handle, Folds In Half For Easy Transport And Storage, Indoor/outdoor Use) 2 120 Pcs. (41 Cm L X 40 Cm W X 82 Cm H) White Granite Folding Chair (powder-coated Steel Frame Material, Uv Protected High Density Polyethylene Seat And Back, Wide Seat And Tall Back, Foldable And Portable) 3 12 Pcs. Ergonomic Office Chair (high Density New Foam Covered With Polyester Fabric, High Back Design And With Armrests, 360 Degrees Swivel Function; Tilt-lock Function; Pneumatic Height Adjustment, 100kg Minimum, Black; Bright Colored Trim) 4 1 Set Conference Table (12 Seaters, 3200 Mm W, 1200 Mm D X 750 Mm H , Mfc Board, Maple Legs: 2" X 2" Tubular Metal, 2 Pcs. Wire Management, Adjustable Glider) The Approved Budget For The Contract Is To Be Taken From Special Education Fund (sef). Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A.eligibility Documents Including Technical Documents (1st Envelope): 1.registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2.valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3.bir Registration Certificate With Taxpayer’s Identification Number. 4.statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5.certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6.certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7.batch Release Certificate From Fda. (for Medicine Only)* 8.if The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9.license To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10.certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11.audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12.the Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13.valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14.all Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D)bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15.production/delivery Schedule.* 16.manpower Requirements* 17.after-sales Service/parts (if Applicable) 18.sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A)it Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B)each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C)it Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D)authority Of The Signatory; E)affidavit Of Disclosure Of No Relationship; F)certification On Bidder's Responsibilities; G)it Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H)it Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I)in Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19.technical Specifications With Brochures, If Applicable.* 20.certificate Of Philgeps Registration* 21.tax Clearance* 22.latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On October 22, 2024 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Atty. Romela Mae L. Napao City Administrator Chair, Bids And Awards Committee
Closing Soon22 Oct 2024
Tender AmountPHP 725 K (USD 12.6 K)

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.7|wve|717-605-3875|jill.sabol@navy.mil| item Unique Identification And Valuation (mar 2022)|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|||||| wide Area Workflow Payment Instructions (dec 2018)|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|n/a|n/a|certifications - N39040|n/a|n/a|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||| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| annual Representations And Certifications (jan 2022)|13|336612|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| quantity Increased To 12 Each. closing Date Extended. 1. This Solicitation Is Being Issued Under Special Emergency Procurement Authority. 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. 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. 4. Dd 1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg (see Navsup Wss Term Wsstermlz02). 5. Consistent With Far 52.216-18, "all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein." 6. Submission Of All Certification Data Cdrls Will Be On Or Before 20 Days Prior To The Material (line Item 0001aa) 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 300 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 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer 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. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;887f050034 34228 Aa D 887f054064 34228 P D 887f054065 34228 T D 887f050190 34228 N D 887f050028 34228 G D er887.60 34228 C D er887.133 34228 C D pl887f050028 34228 G D; 2.2.4 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. drawing Data=7491389 |53711| A| |d|0001 | -|49998|0307448 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a240 | | |a |201115|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=astm-a582 | | | |170315|a| | | document Ref Data=mil-std-792 | | |f |060519|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 |181118|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Complete Heated Head Window Assembly Must Be In Accordance With Kollmorgen Drawing 887f050034 And Naval Sea Systems Command Drawing Pl050034 (csd348), Except As Amplified Or Modified Herein.; 3.2 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd348; In Ecds At Https://register.nslc.navy.mil/ 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;cover, Window, Drawing 887f054064; material - ;astm-a582, Uns30300, Condition A; Or Sae Ams-qq-s-763, Class 304, Condition A; Or Astm-a240, Type 304, Plate Or Sheet, Annealed. Must Meet The Mechanical Properties Cited In Note 7.2 On Drawing 887f054064; part - ;frame, Window, Drawing 887f054065; material - ;astm-a582, Uns30300, Condition A; Or Sae Ams-qq-s-763, Class 304, Condition A; Or Astm-a240, Type 304, Plate Or Sheet, Annealed. Must Meet The Mechanical Properties Cited In Note 9.2 On Drawing 887f054065; part - ;window, Heated Head, Drawing 887f050190; material - ;fused Silica Corning 7980; 3.4 Certifications - Certifications For The Window Must Show Identification Of Material And The Manufacturer Of Material From Which The Window Was Made. 3.5 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 Is Still Required, But Certifications Are Only Required As Listed Below. test - ;hydrostatic Pressure; item - ;heated Head Window Assembly; performance - ;note 10 On Drawing 887f050034 At 1000 +50/-0 Psi For 30 +5/-0 Minutes; acceptance - ;without Failure Or Harmful Deformation Of Any Part Or Seal; attribute - ;certification Of Compliance; item - ;window, Heated Head; performance - ;note 5 On Drawing 887f050190; attribute - ;acceptance Test; item - ;heated Head Window Assembly; performance - ;note 6 On Drawing 887f050034; attribute - ;optical Test; item - ;heated Head Window Assembly; performance - ;note 7 On Drawing 887f050034; test - ;thermal Shock Test; item - ;heated Head Window Assembly; performance - ;note 11 On Drawing 887f050034 For 30 +5/-0 Minutes; acceptance - ;note 11 On Drawing 887f050034; test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;cover, Window, Drawing 887f054064 And Frame, Window, Drawing 887f054065; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - Intergranular Corrosion Testing item - ;cover, Window, Drawing 887f054064 And Frame, Window, Drawing 887f054065 (only Required When Manufactured From Astm-a240 Material); performance - Astm-a262, Practice E acceptance - Astm-a262 3.6 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. 3.7 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, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures Qualified under S9074-aq-gib-010/248 For All Production And Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.8 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.9 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. 3.9.1 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. 3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.9.3 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. 3.10 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. 3.11 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. 3.12 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. 3.12.1 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 ^ 3.13 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. 3.14 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. 3.14.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.14.2 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'') 3.14.3 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. 3.14.4 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. 3.14.5 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. 3.14.6 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. 3.14.7 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. 3.14.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.14.9 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. 3.14.10 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. 3.14.11 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. 3.14.12 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. 3.15 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. 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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. 3.16.1 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. 3.16.2 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. 3.17 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." 3.17.1 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. 3.17.2 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. 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.18 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: 3.18.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.18.2 Inspection For Completeness And Proper Type. 3.18.3 Verification Of Material Quality Received. 3.18.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.18.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.18.6 Identification And Protection From Improper Use Or Disposition. 3.18.7 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. 3.18.8 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. 3.18.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.19 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. 3.19.1 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;the Cover, Window Must Be Marked In The Location Shown On Drawing 887f054064 And The Frame, Window Must Be Marked In The Location Shown On drawing 887f054065.; 3.21 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: 3.21.1 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. 3.21.2 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.) 3.21.3 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. 3.21.4 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. 3.21.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.22 Material Handling - The Written Material Control Process Must Include The Following: 3.22.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.22.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.22.3 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. 3.22.4 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. 3.22.5 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. 3.22.6 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. 3.23 Receiving Inspection - 3.23.1 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. 3.23.2 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. 3.24 Discrepancy Reporting - 3.24.1 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). 3.25 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.25.1 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. 3.25.2 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. 3.25.3 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. 3.25.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.26 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. 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. 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_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date28 Oct 2024
Tender AmountRefer Documents 
9111-9120 of 9219 active Tenders