Detergent Tenders

Department Of Education Region Ii Tender

Others
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2 1. The Department Of Education Regional Office Ii, Intends To Apply The Sum Of One Million Seven Hundred Twenty Thousand Thirty-seven Pesos And 71/100 (p 1,720,037.71) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Per Lot. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7 - 26, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On March 14, 2025, 9:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before March 26, 2025 At 8:59 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 26, 2025 At 9:00 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region Ii Shall Include The Following: Lot No. Unit Item Description/ Book Title Quantity Unit Cost Approved Budget Of The Contract 1 Gallon Alcohol, Ethyl 70%, 1 Gallon, Fda Approved 29 392.80 11,391.17 2 Piece Eraser, Plastic/rubber 14 9.09 127.20 3 Piece Sign Pen, Extra Fine Tip, Black 96 24.42 2,344.32 4 Piece Sign Pen, Medium Tip, Black 414 62.92 26,048.88 5 Piece Sign Pen, Extra Fine Tip, Blue 48 24.42 1,172.16 6 Piece Sign Pen, Fine Tip, Blue 86 49.19 4,230.51 7 Piece Sign Pen, Medium Tip, Blue 249 62.92 15,667.08 8 Pack Battery, Dry Cell, Size Aa By 4, Super Heavy Duty 90 27.50 2,475.00 9 Pack Battery, Dry Cell, Size Aaa By 4, Super Heavy Duty 90 23.10 2,079.00 10 Piece Broom (walis Tambo) 28 137.28 3,843.84 11 Piece Broom (walis Ting-ting) 21 28.60 600.60 12 Piece Cleaner, Toilet Bowl And Urinal 84 45.76 3,843.84 13 Bottle Cleanser, Scouring Powder 62 26.31 1,631.34 14 Pouch Detergent Powder, All Purpose 72 59.49 4,283.14 15 Can Disinfectant Spray, Aerosel, 400grms, Fda Approved 50 153.88 7,693.95 16 Bottle Hand Soap, Liquid, 500ml 56 47.25 2,645.72 17 Unit Spin Mop , 360 Degrees, Heavy Duty-big 3 1,650.00 4,950.00 18 Kilo Rags, Round 1 Kilo Per Bundle 48 76.42 3,668.02 19 Pack Scouring Pad, Made Up Of Synthetic Nylon 22 94.19 2,072.25 20 Pack Trashbag, Xxl Size 10 143.00 1,430.00 21 Pack Trashbag, Large Size 28 65.21 1,825.82 22 Pack Trashbag, Xl Size 41 101.82 4,174.46 23 Piece Wastebasket, Made Of Rigid Plastic, Square, Rectangle Or Oval, 8.5 Liters 34 48.05 1,633.63 24 Bottle Ink, For Stamp Pad 26 31.67 823.39 25 Piece Philippine National Flag 3' By 5' 20 313.32 6,266.48 26 Piece Flash Drive, 64gb 64 168.01 10,752.90 27 Piece Light-emitting Diode (led) Light Bulb, 7 Watts 40 83.17 3,326.84 28 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 226.40 5,660.05 29 Jar Glue, All-purpose, 240 Grms. 77 68.35 5,263.26 30 Box Staple Wire, Heavy Duty (binder Type), 23/13 9 40.04 360.36 31 Piece Staple Wire, Standard 121 26.14 3,162.46 32 Roll Tape, Electrical, Made Up Of Polyvinyl Chloride, 19mm, 16 Meters 10 21.40 213.95 33 Roll Tape, Masking, 24mm, 50 Meters 71 61.25 4,348.61 34 Roll Tape, Packaging, 48 Mm, 50 Meters 54 24.60 1,328.18 35 Roll Tape, Transparent, 24mm, 50 Meters 69 19.45 1,341.91 36 Roll Twine, Plastic, 1 Kilo 15 73.28 1,099.23 37 Piece Ruler, Plastic, 450mm 29 21.92 635.77 38 Piece Blade, For General Purpose Cutter/utility Knife 17 18.01 306.12 39 Piece Binding Ring/comb, Plastic, 32 Mm 6 285.88 1,715.27 40 Box Clip, Backfold, 25mm 40 17.16 686.40 41 Box Clip, Backfold, 32mm 37 36.61 1,354.50 42 Box Clip, Backfold, 50mm 44 66.35 2,919.49 43 Piece Data File Box, Single, With Close Ends, W-12mm, H-230mm, L-400mm 34 160.48 5,456.29 44 Piece Data Folder, With Taglia Horizontal 220 91.31 20,088.42 45 Piece Data Folder, With Taglia Vertical 50 148.50 7,425.00 46 Piece Dater Stamp, Frame-steel And Plastic, 4 Band Date And 12 Year Band, Self-inking Stamp Pad 1 478.45 478.45 47 Box Envelope, Documentary, Legal, 15 1,163.34 17,450.07 48 Box Envelope, Expanding, Plastic 31 33.54 1,039.71 49 Box Envelope, Mailing White 11 475.77 5,233.49 50 Box Envelope, Mailing, With Window 1 563.99 563.99 51 Piece Eraser, Felt, For Blackboard/whiteboard 4 15.93 63.71 52 Box Fastener, Metal .30mm 61 104.10 6,350.34 53 Bundle Folder, Fancy With Slide, A4 10 297.44 2,974.40 54 Pack Folder With Tab, A4, 100's 84 417.56 35,075.04 55 Pack Folder With Tab, Legal, 100's 43 455.31 19,578.42 56 Pack Index Tab, Self Adhesive, Transparent 5 Sets Per Box 24 74.36 1,784.64 57 Piece Marker, Permanent, Black 89 9.10 809.63 58 Piece Marker, Permanent, Blue 39 9.10 354.78 59 Piece Marker, Permanent, Red 31 9.10 282.01 60 Piece Marker, Whiteboard, Black 68 10.62 721.82 61 Piece Marker, Whiteboard, Blue 40 10.62 424.60 62 Piece Marker, Whiteboard, Red 20 10.62 212.30 63 Piece Pencil Sharpener, Manual Table Mountable Type, With Metal Clamp 21 259.69 5,453.45 64 Piece Puncher, Paper, Heavy Duty, Standard Size 13 169.31 2,201.06 65 Piece Puncher, Two-hole Iron 837xl, Big 6 770.00 4,620.00 66 Box Rubber Band No. 18 5 148.72 743.60 67 Piece Stamp Pad, Felt 15 43.91 658.68 68 Pair Scissors, Symmetrical/asymmetrical 58 72.07 4,180.18 69 Piece Stapler, Standard Type 66 217.36 14,345.76 70 Piece Stapler, Heavy Duty (binder) 2 762.47 1,524.93 71 Piece Staple Remover, Plier-type 37 51.16 1,892.96 72 Pack Cartolina, Assorted Colors 5 92.09 460.46 73 Pad Notepad, Stick-on, 50mm X 76mm 91 40.77 3,709.71 74 Pad Notepad, Stick-on, 76mm X 100mm 95 65.21 6,194.76 75 Pad Notepad, Stick-on, 76mm X 76mm 38 57.20 2,173.60 76 Ream Paper, Multipurpose A4, 70 Gsm 272 151.51 41,211.81 77 Ream Paper, Multipurpose Legal, 70 Gsm 128 174.80 22,374.53 78 Pad Pad Paper, Ruled 2 38.30 76.60 79 Book Record Book, 300 Pages 17 100.87 1,714.79 80 Book Record Book, 500 Pages 13 137.02 1,781.21 81 Pack Tissue, Interfolded Paper Towel 73 37.18 2,714.14 82 Bottle Hand Sanitizer, 500 Ml, Scented In Gel, Fda Approved 80 93.59 7,487.04 83 Can Insecticide, Aerosol Water Based 600ml, Fda Approved 44 282.28 12,420.41 84 Book Handbook On Philippine Government Procurement (ra 9184 And Its Irr) 1 40.93 40.93 85 Piece Ballpen, Ballpoint, 0.5 382 7.70 2,941.40 86 Pack Sticker Paper , A4 11 95.04 1,045.44 87 Roll Double Sided Tape, 18mm X 10mm 16 35.20 563.20 88 Roll Duct Tape, 48mmx10m (gray) 10 92.00 920.00 89 Pack Photo Paper, A4 7 63.36 443.52 90 Bottle Bleaching Solution, 1000 Ml 7 93.50 654.50 91 Unit White Board 1.5" X 2.5" 1 825.00 825.00 92 Bottle Dishwashing Liquid, 175ml, Refill 42 104.50 4,389.00 93 Piece Plastic Fastener 32 71.50 2,288.00 94 Piece Bond Paper Short 6 291.50 1,749.00 95 Pack Push Pin 11 27.50 302.50 96 Piece Door Mat, Big 28 55.00 1,540.00 97 Ream Glue Stick (paste) 22 G 13 71.50 929.50 98 Pack Deodorant Cake 50 G 44 55.00 2,420.00 99 Piece Disposable Gloves Latex 2 225.50 451.00 100 Piece Manila Paper 6 92.40 554.40 101 Piece Padlock, Heavy Duty 1 495.00 495.00 102 Piece Glue Gun 2 275.00 550.00 103 Unit Keyboard 8 385.00 3,080.00 104 Cart Ink Cartridge, Hp Cc640wa (hp680), Black With 5 Years Expiration From The Manufacturing Date 2 968.97 1,937.94 105 Cart Ink Cartridge, Hp Cc643wa (hp680), Tri-color, With 5 Years Expiration From The Manufacturing Date 2 1,152.01 2,304.02 106 Cart Ink Cartridge, Hp F6v26aa (hp60), Tri-color, With 5 Years Expiration From The Manufacturing Date 6 466.75 2,800.51 107 Cart Ink Cartridge, Hp F6v27aa (hp60), Black, With 5 Years Expiration From The Manufacturing Date 10 466.75 4,667.52 108 Bottle Epson Ink 003, Black With 5 Years Expiration From The Manufacturing Date 113 385.00 43,505.00 109 Bottle Epson Ink 003, Magenta With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 110 Bottle Epson Ink 003, Cyan With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 111 Bottle Epson Ink 003, Yellow With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 112 Bottle Epson Ink 103, Black With 5 Years Expiration From The Manufacturing Date 2 300.00 600.00 113 Bottle Epson Ink 103, Magenta With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 114 Bottle Epson Ink 103, Cyan With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 115 Bottle Epson Ink 103, Yellow With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 116 Bottle Epson Ink 664, Black With 5 Years Expiration From The Manufacturing Date 24 495.00 11,880.00 117 Bottle Epson Ink 664, Magenta With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 118 Bottle Epson Ink 664, Cyan With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 119 Bottle Epson Ink 664, Yellow With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 120 Bottle Epson Ink, 001, Black With 5 Years Expiration From The Manufacturing Date 5 308.00 1,540.00 121 Bottle Epson Ink, 001, Magenta With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 122 Bottle Epson Ink, 001, Cyan With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 123 Bottle Epson Ink, 001, Yellow With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 124 Bottle Brother Ink , Bt D60bk With 5 Years Expiration From The Manufacturing Date 49 550.00 26,950.00 125 Bottle Brother Ink Bt5000, Magenta With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 126 Bottle Brother Ink Bt5000, Cyan With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 127 Bottle Brother Ink Bt5000, Yellow With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 128 Bottle Brother Ink Bt6000, Black With 5 Years Expiration From The Manufacturing Date 2 550.00 1,100.00 129 Bottle Hp Ink Gt53 With 5 Years Expiration From The Manufacturing Date 17 330.00 5,610.00 130 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 131 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 132 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 133 Bottle Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 550.00 3,850.00 134 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 135 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 136 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 137 Bottle Epson Ink, 008 Pigment Black With 5 Years Expiration From The Manufacturing Date 2 1,320.00 2,640.00 138 Bottle Epson Ink, 008 Pigment Magenta With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 139 Bottle Epson Ink, 008 Pigment Cyan With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 140 Bottle Epson Ink, 008 Pigment Yellow With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 141 Pack Tk-4140 Toner Cartridge For Use And Compatible With Taskalfa 2020, With 2 Years Expiration From The Manufacturing Date 4 4,235.00 16,940.00 142 Pack Colored Paper (assorted) 3 150.15 450.45 143 Pack Laid Paper, Long Light Green 16 71.50 1,144.00 144 Pack Laid Paper, Long, Corn Field 5 71.50 357.50 145 Pack Laid Paper, A4, Cream 10 57.20 572.00 146 Piece Sign Pen, Fine Tip, Green 150 49.50 7,425.00 147 Piece Signing Pen Bxgpn - V10 (broad/large), Blue 22 49.50 1,089.00 148 Piece Signing Pen Bxgpn - V10 (broad/large), Black 22 82.50 1,815.00 149 Pack Brother Tape Cassette, Tze-241 Tape Laminated 15 1,100.00 16,500.00 150 Piece Certificate Holder, 11 X 8 1/2 115 55.00 6,325.00 151 Piece Certificate Frame, A4 50 110.00 5,500.00 152 Piece Glue Stick For Glue Gun 15 11.00 165.00 153 Pack Acetate Pvc Binding Cover 200 Microns 0.2 Mm Lct 100 Sheets, A4 10 660.00 6,600.00 154 Bottle Glass And Multi Surface Clearner, 500 Ml 3 165.00 495.00 155 Box Facial Tissue (box), 190 Pupls 2 Ply 8 121.00 968.00 156 Pair Heavy Duty Scissors, Big 2 132.00 264.00 157 Piece File Rack Tray Organizer, 3 Layers 3 660.00 1,980.00 Semi-expendable It/office Equipment/furniture 158 Unit Document Scanner, Flatbed, Heavy Duty Ds 1630 2 33,000.00 66,000.00 159 Unit Multifunction Printer, 3 In 1, Cis 6 19,800.00 118,800.00 160 Unit Multimedia Projector,lumens 4000 Min, Lamp Light 4 Hours Min., 1 Hmdi Output And 1 Vga Output, 1 Audio Jack 3.5mm Mini Jack 1 18,246.80 18,246.80 161 Unit Led Widescreen Monitor, 21.5" 1 12,100.00 12,100.00 162 Unit Uninterruptible Power Supply, 1000va 7 6,050.00 42,350.00 163 Unit External Hard Drive, 1 Tb 8 5,280.00 42,240.00 164 Unit Digital Voice Recorder, Icdux570blk, Usb, Quick Charge; Up To 1-hour Recording Time, With 3-minute Charge 3 8,073.08 24,219.23 165 Unit Wireles Presenter Clicker, Pw 108g 1 1,760.00 1,760.00 166 Unit Air Conditioning Unit, Split Type Inverter With Installation 2 49,500.00 99,000.00 167 Unit Air Conditioned (window Type) 1.5 Hp Inverter With Installation, Inverter 1 41,800.00 41,800.00 168 Unit Water Dispenser, Hot, Cold And Warm, Bottom Load 1 13,200.00 13,200.00 169 Unit Paper Shredder, 12 Sheet Micro Cut 2 16,500.00 33,000.00 170 Unit Electric Fan, Stand Type 16"blade 19 1,716.00 32,604.00 171 Unit Steel Filing Cabinet, 4 Drawers 1 13,200.00 13,200.00 172 Unit Steel Filing Cabinet, Gray (18"x36x"72) 1 13,750.00 13,750.00 173 Unit Steel Filing Cabinet,iso Beige (18"x36x"72) 1 13,750.00 13,750.00 174 Unit Swivel Chair, Executive With Massager 6 4,950.00 29,700.00 175 Unit Computer Table With 6 Layers Bond Paper Shelves 1 6,600.00 6,600.00 176 Unit Laptop Battery (hp Elitebook X360 G2) 1 2,500.00 2,500.00 177 Set Desktop Computer (complete Package/set) 3 49,500.00 148,500.00 178 Unit Office Executive Swivel Chair 3 7,000.00 21,000.00 179 Unit Split-type Air Conditioner With Remote (1 Horse Power) 1 40,000.00 40,000.00 Janitorial Supplies 180 Piece Bathroom Soap, 90 Gms. 25 38.50 962.50 181 Piece Floor Rag, Cotton (big Sizes) 50 55.00 2,750.00 182 Bottle Glass Cleaner W/ Spray 500 Ml. 10 203.50 2,035.00 183 Piece Brim Hat, Big Sizes 5 71.50 357.50 184 Bottle Bleaching Solution 500 Ml. 20 49.50 990.00 185 Meter Tansi, Plastic (for Grasscutter) #300 2 880.00 1,760.00 186 Piece Toilet Deodorant Cake, 99%, 50 Gms. 50 71.50 3,575.00 187 Piece Waste Bin, Plastic With Cover-16 Liters 10 214.50 2,145.00 188 Piece Pail (big)-25 Liters 4 385 1,540.00 189 Sachet Fabric Conditioner, Sachet, 8 Ml 50 13.2 660.00 190 Set Recycling Bins(3-colors) Heavy Duty With Wheel 3 1650 4,950.00 191 Meters Water Hose 1" With Nozzle 50 25 1,250.00 Lighting And Fixtures 189 Piece Bulb Receptacle 10 49.5 495.00 190 Piece Starter 40 12.1 484.00 191 Piece Led Bulb, 5-9watts, 5-12 Watts 10 198 1,980.00 192 Piece Circular Bulb, Led 24watts 25 385 9,625.00 193 Piece Fluorescent Tube (40 Watts) Led Daylight 20 203.5 4,070.00 194 Piece Male Plugs, Rubber 10 71.50 715.00 195 Piece Extension Cord 7 Meters-3 Gang With Gound Hole And Switch, Heavy Duty 13 880.00 11,440.00 Water Maintenance Supplies And Materials 196 Piece Union Patente Pvc 1 1/2 10 93.50 935.00 197 Can Pvc Solvent Cement, 200 Ml 5 187.00 935.00 198 Box Tox , 6 Mm 1 181.50 181.50 199 Piece Goose Neck Faucet, 360 Degree Swivel Spout 10 495.00 4,950.00 200 Box Screw 1 1/2", 100 Pcs 1 715.00 715.00 201 Piece Faucet 1/2 10 176.00 1,760.00 202 Piece G.i. Pipe, 1" Dia. 5 1,320.00 6,600.00 203 Piece Tape, Teflon 10 27.50 275.00 204 Kilo Tie Wire, Ga 16 Anneled 5 88.00 440.00 Grand Total 25,535 P1,720,037.71 11. The Department Of Education Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Deped Ro2, Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph March 6, 2025 Florante E. Vergara Director Iii/assistant Region`al Director Bac Chairman
Closing Date26 Mar 2025
Tender AmountPHP 1.7 Million (USD 30 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Furnitures and Fixtures
United States
Details: On Behalf Of The James H. Quillen Va Medical Center, Located In Mountain Home, Tennessee, Network Contracting Office (nco) 9 Is Issuing This Sources Sought Notice (ssn) As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For A Firm-fixed-priced Purchase Order For Ancillary Items To Include Installation And Deinstallation Of Existing Equipment. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. the Department Of Veterans Affairs, Network Contracting Office 9, Is Seeking Sources That Can Provide Instruments That Meets The Following Salient Characteristics: the Item Ordered Shall Meet The Following Salient Characteristics. To Include Minimum Of The Following Specifications: clocks, Standard Wall Clock 12 Dia. second Hand Sweep multiple Finish Options To Include Wood, Metal, Acrylic And Plastic Or Combination battery Operated plexiglas Front tamper-proof Security Mounting large Numeral Face With Simple, Legible Font 12/24 Hr Numerals custom Logo shower Curtains, Antimicrobial Vinyl meet Nfpa 701 13 Gauge, Flame Retardant, Anti-microbial Vinyl scrubbable, Colorfast, Water Resistant cleanable With Up To 10% Bleach Solution washable In Water Up To 120 Degrees F With Ph Neutral Detergent manufactured Of Single Piece Construction With Seamless Bottom For Cleanliness. triple Turned Top Hem Over Nylon Tape And Header Of 4 Oz Nickel Plated Rust Resistant Grommets At 6 Oc sewn With Triple-ply Twisted Nylon Thread available With Or Without Mesh Header two Part Privacy Curtains And Hardware- Patient/exam Room top Of Curtain To Consist Of 18 -30 Of Large Scale Heavy Nylon Mesh top 1 ¼ Woven Selvage Banding Shall Be Folded Before Final Sewing double Row Stiching 7/8 Inch Apart Shall Be Used On All Banding provide Nickel Plated Grommets And Snaps first And Last Grommet To Be Located 4 Inches Center To Center From Grommet Hole On Leading Edge remaining Distance To Be Divided Equally And Grommets Placed 6 Inch On Center snaps To Be Installed ¾ From Edge Of Mesh Panel the Bottom Snap To Be Located 4 Inches Center To Center From Snap On Leading Edge; Remaining Distance To Be Divided Equally And Bottom Snaps Placed On 4 Inch Center fabric Panel privacy Curtain Fabric Panel Bottoms Shall Be Installed To Provide Continuous Track Coverage By Overlapping Each Panel 4 Inches Provided By Above Mentioned Special Grommet Placement finished Privacy Curtain Panel Size 198 W X 92 H & 212" X 92"h Including 24" Mesh Header To Finished Length each Curtain Panel Shall Have One Width Of Fabric quantity Of Privacy Curtain Panels Is Determined By Linear Feet Of Track To Be Covered. All Covered Areas Must Have A Minimum Of 12% Fullness After Overlaps Have Been Deducted all Thread Shall Be Triple Stand Washable Polyester Color Matched To Fabric. No Monofilament top, Bottom, And Side Hems Shall Be Formed By A 1 Inch Double Turned Fold And Securely Sewn Using Thread Listed Above first And Last Snap On Mesh Header To Be Located ¾ From Edge Of Panel And Align With Bottom Snaps Of Mesh Header the Next Snap To Be Located 4 Inches Center To Center From Snap On Leading Edge And Align With Bottom Snaps Of Mesh Header Snaps remaining Distance To Be Divided Equally And Snaps Placed On 4 Inch Center And Align With Bottom Snaps Of Mesh Header overall Curtain Length With Mesh: From Ceiling Mounted Track To Range From 12 - 18 A.f.f. display/communication Board- Glass Board laminated Glass, ¼ Thick Minimum With White Interlayer. radius Corners And Edges no Use Of Metal Bottom Projecting Rails/trays concealed Mounting Or Stand-off Mounting Options And Hardware With Fasteners Included. 15 Year Warranty options: frameless magnetic chairs built-in Cleanout weight Capacity Of A Minimum Of 400 Lbs. Steel Reinforced Seats non-marring Glide options: self Leveling Glide multiple Seat Materials To Include, Mesh, Plastic, Or Multi-density Foam Cushion Seat textile Options Ranging From Fabric To Vinyl To Include Com/healthcare Grade Fabric And The Ability To Clean Using Germicide Or Bleach Solution moisture Barrier Fabric Backing And Barrier Wrapped Foam 4-leg Chair With Or Without Arms steel Tube Legs And Arms, With Powder Coat Silver Metallic Finish Option ability To Stack wall Saver Leg Option accessories: transport Or Storage Cart With Two Swivel And Two Fixed Hard Rubber Casters hooks, Dressing Room/robe hooks Available In A Range Of Materials, Styles, And Finishes single Hook Or Multiple Hooks Pre-mounted On Mounting Bars Or Back Panels mounting Bars Or Back Panels Should Be Available In Wood Or Metal And A Variety Of Finishes installation Hardware Included For Application On A Variety Of Surfaces And Substrates minimum 3 Year Warranty the Information Above Is Intended To Be Descriptive, And Not Restrictive, To Indicate The Quality Of Equipment That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Source Can Provide Equipment That Fulfills The Required Specifications. If You Are Interested, And Can Provide Equipment That Meets Or Exceeds The Specifications Listed, Please Provide The Requested Information Below: the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 339940 Office Supplies (except Paper) Manufacturing. Mark If Your Firm Is Eligible For Participation In One Of The Following Small Business Programs. If So, Please Indicate The Program: [ ] Yes [ ] No - Small Business (sb) [ ] Yes [ ] No - Hubzone [ ] Yes [ ] No - Small Business 8(a) [ ] Yes [ ] No - Small Disadvantaged Business (sdb) [ ] Yes [ ] No - Women-owned (wo) Small Business (wosb) [ ] Yes [ ] No - Service Disabled Veteran Owned Small Business (sdvosb) [ ] Yes [ ] No - Veteran Owned Small Business (vosb) [ ] Yes [ ] No - Large Business [ ] Yes [ ] No - Other (please Specify) all Sdvosb,vosb, Hubzone, Wosb, Sb, Sb 8(a), And Sdb Contractors Must Be In Compliance With The Non-manufacturer Rule As Outlined In 13 Cfr 121.406. nonmanufacturer Rule 13 Cfr 121.406(b) Nonmanufacturers States (1) A Firm May Qualify As A Small Business Concern For A Requirement To Provide Manufactured Products Or Other Supply Items As A Nonmanufacturer If It: (i) Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519); (ii) Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied. (iii) Takes Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice; And (iv) Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States, Or Obtains A Waiver Of Such Requirement Pursuant To Paragraph (b)(5) Of This Section. [ ] Yes [ ] No Are You The Original Equipment Manufacturer (oem)? [ ] Yes [ ] No If Not The Oem, Are You An Authorized Distributor, And Can Produce A Letter From The Oem? [ ] Yes [ ] No Are You Classified As A Nonmanufacturer By The Criteria Stated Above In 13 Cfr 121.406(b)(i-iv)? [ ] Yes [ ] No Is This Product Available On Your Gsa/fss Or Other Gwac Contract? If So, What Is Your Contract Number?_____________________ [ ] Yes [ ] No Does Your Equipment Conform To The Buy American Act And Far 52.225-1? 52.225-1 Buy American-supplies | Acquisition.gov [ ] Yes [ ] No Is The Product Manufactured In The United States? What Is The Estimated Delivery Date After Receipt Of Order (aro)? _____________ Please Include The Following Information: Company Name: Poc: Uei: Address: Email: 2. If Your Organization Has The Potential Capacity To Provide These Supplies, Please Provide The Following Information: all Sdvosb,vosb, Hubzone, Wosb, Sb, Sb 8(a), And Sdb Contractors Must Provide Proof Of Compliance With The Non-manufacturer Rule, Provide A Product Manufactured In The Usa, And An Authorized Distributor Letter From The Manufacturer. Any Responses Received Without This Information Cannot Be Used To Decide To Set Requirements Aside If The Requested Information Is Not Provided. 3. Note: Respondent Claiming Sdvosb And Vosb Status Shall Be Registered, And Center For Veterans Enterprise (cve) Verified In Sba Veteran Small Business Certification (vetcert) Https://veterans.certify.sba.gov/ 4. Based On The Responses To This Ssn/market Research, This Requirement May Be Set-aside For Sdvosbs, Vosbs, Small Businesses, Procured Through Full And Open Competition, Or Sole Sourced. 5. Submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response To This Ssn By 5:00 Pm Est, April 18, 2025. All Responses Under This Ssn Must Be Emailed To Kristie.collins@va.gov. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. 6. Sam: Interested Parties Shall Be Register In The System For Award Management (sam) As Prescribed In Federal Acquisition Regulation Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. 7. Disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response To This Ssn. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization S Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation Or Combined Solicitation May Be Published In Contract Opportunities (formerly Federal Business Opportunities Or Fbo). However, Responses To This Notice Shall Not Be Considered Adequate Responses To A Solicitation. 8. Confidentiality. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). 9. See Sow On The Following Pages. 10. See Attachment 1 Services On The Following Pages. 11. See Clin Structure On The Following Pages. 12. See Ancillary Items Details On The Following Pages. statement Of Work 1.0 General Scope the Veterans Health Administration (vha) Has A Requirement For Healthcare Furniture For The James H. Quillen Vamc, D2 Isolation Ward Ancillary Items, That Meet The Vha Idiq Specifications And High-quality Threshold While Integrating Excellent Environmental Stewardship. this Requirement Includes Healthcare Furniture, Design, Project Management, Professional Installation And Maintenance/warranty Services. Service Required Is Detailed In [sv1] Healthcare Furniture Technical Requirements Per Vha Healthcare Furniture Multiple Award Idiq. The Contracting Officer Representative (cor) Is Candice Mcmillian, Interior Designer healthcare Furnishings Include Furniture Accessories, Ancillary Items, And Related Services. the Contractor Shall Provide All Labor, Materials, Equipment, Transportation, And Supervision Necessary To Satisfy The Needs Of Each Ordering Activity. 2.0 Performance Requirements the Contractor Shall Provide And Be Responsible For The Technical Assistance, Development, And Generation For Final Specifications. furniture Delivery To Building 205 Warehouse Then Install In 2nd Floor, D Wing At 809 Lamont St, Mountain Home, Tn 37684 Will Be Required In May 1-2, 2025 (subject To Change). duty Hours Will Be 7am-3pm. The Government Recognized Us Holidays Are: New Year S Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteeth Day Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day And Christmas Day. If The Holiday Falls On A Saturday, It Is Observed On Friday. If The Holiday Falls On Sunday, It Is Observed On Monday. the Government Maintains The Option To Modify The Normal Work Week, Days, And Hours, As Necessary For The Accomplishment Of Vha Mission. The Government Will Not Pay Extra For Weekend Or After-hours Work As Prices In The Contract Are Firm Fixed. substitution In The Event That Furniture Awarded Is Delayed Outside Of This Contract S Period Of Performance, The Contractor Is Responsible To Provide Loaner Substituted Products Of Like, Kind, And Quality To The Ordered Product At No Additional Expense To The Government To Meet Any Government-mandated Opening Of The Clinic. the Contractor Will: a. Coordinate And Provide Project Management Of All Products And Services To Manage, Design, Order, Ship, Deliver And Install New Furniture From The Manufacturer Until Final Acceptance By The Cor. b. Awarded Vendor Will Provide Delivery In A Single Phase, Coordinating Furniture Manufacturer S Lead-time, Progress Of Construction And Installation Duration With Customer. c. Provide Maintenance Manuals For All Products Specified. d. The Dealership Will Provide Warranty For All Products Listed Below To Cover Parts, Shipping, And Labor. e. The Contractor Shall Be Able To Visit The Site And Have Physical Response To Any Issues Within Twenty-four-hour Notice From End Users. 3.0 Kickoff Meeting the Prime Contractor(s) Shall Participate In A Kickoff Meeting Within Ten (10) Days Of Task Order Issuance. Time And Date Will Be Determined By Va Point Of Contact. 4.0 Submission Of Questions questions: All Questions Must Be Received By Date Listed Within The Emailed Solicitation Request. All Questions Submitted For This Solicitation Must Be Electronically Sent To The Contracting Specialist. Questions Received After The Stated Date And Time, May Be Addressed At The Discretion Of The Contracting Officer. 5.0 Submission Of Quotation quote Submission: The Contractors Shall Provide An Email With The Specified Documents Listed In The Solicitation, By The Date And Time Identified In Block 8 Of The Solicitation. volume 1: (pricing & Technical) a. Price Quote With Separate Line For Labor/installation b. Quantity Of Man Hours For Labor/installation c. Project Management Plan d. Project Staffing Plan e. Self-certifying Statement Confirming Ability To Meet Project Deadlines volume 2: (technical) a. Product Literature, If Other Than Brand Name Given. b. Complete Manufacturer S Product Specifications Via Cut Sheets With Product Detail, If Other Than Brand Name Given. c. Physical Finish Sample Offerings To Evaluate For Final Finish Selections. d. Complete Testing Results / Certificates, If Other Than Brand Name Given. e. Warranty, If Other Than The Brand Name Given. f. Sustainability Certification Documents, If Other Than Brand Name Given. submissions Can Be Sent In Multiple Emails To Avoid Computer System Email Size Limitation. Quotes Submitted By Any Other Method Will Not Be Considered. All Proprietary Information Shall Be Clearly Marked. The Use Of Hyperlinks In Quotes Is Prohibited. Late Quotes Will Not Be Accepted For Evaluation. The Contractor Is Responsible For Confirming The Government S Receipt Of The Contractor S Quote. 6.0 Evaluation Criteria task Order Will Be Evaluated On: a. Price Quote b. Complete Manufacturer S Product Specifications Via Cut Sheets With Product Detail, If Other Than Brand Name Given. c. Labor/services Appropriate To The Scope Of Work. (no Pricing Included) d. Project Staffing Plan Appropriate To Scope Of Work e. Project Management Plan Appropriate To Scope Of Work With Phased Breakdown Of Project Execution. f. Sustainability Certification, If Substituted From Other Than Brand Name Given g. Submitted Product Compared To Va Design Basis Furniture In Accordance With Mtr. 7.0 Product general all Finished Surfaces Shall Be Free Of Scratches, Mars, Dents, Or Blemishes, And Withstand Staining, And Exhibit To Flaking, Cracking, Or Loss Or Adhesion. furnishings Shall Have Smooth Finishes With No Hazardous Projections, Sharp Corners, Or Detail, Which Can Be Hazardous And Cause Personal Injury Or Damage To Clothing. see Attachment For Technical Requirement Of Products. Basis Of Design May Be Used, But Are Provided For Layout And Aesthetic Purposes Only And Does Not Indicate A Preferred Manufacturer By The Va. 8.0 Services services Required As Referenced In General Requirements For Services And Sv1. 9.0 Task Order Requirements a. The Contractor Shall Attend A Minimum Of Three (3) In-person/virtual Meetings To Review Final Award With Va Interior Designer To Make Necessary Revisions. b. During First Meeting The Contractor Shall Provide The Interior Designer With The Auto-cad Drawings To [1/4 1/8 ] Scale Drawings Showing Layouts Of Awarded Product. c. The Contractor Shall Allow For Three (3) Revisions Per Line Item Included In Design Services Including Updating Auto-cad Drawings And Pdfs As Request By Va Interior Designer. d. The Contractor Shall Be Responsible For Taking And Applying Accurate Field Measurements To Ordered Product For Verification Of Correct Sizing. Auto-cad Drawings May Not Be Accurate Finished Dimensions And May Not Be Used In Place Of Field Measurements. The Vendor Shall Be Liable For Any Incorrect Field Measurements Leading To Incorrect Product Order. e. The Contractor Shall Be Responsible For Providing All Sample Materials For Awarded Product (2-day Delivery) As Requested By Va Interior Designer. f. The Product Must Not Be Placed Into Production Without Clearance From The Va Cor. g. The Contractor Shall Provide Final, Clean [1/4 1/8 ] Scaled Drawings Of Product Layout For Sign-off Prior To Scheduling Manufacturing. h. The Contractor Shall Track Manufacturing Schedule And Notify Va Interior Designer With Updates Of Estimated Completion Date By Email. i. The Contractor Shall Attend A Post-installation Meeting To Assess, Address, And Document Any Punch-list Items And Shall Submit To The Va Interior Designer A Remediation Plan Within 5 Business Days. j. The Contractor Shall Provide 30 Days Free Storage. the Government Maintains The Option To Modify The Normal Work Week, Days And Hours, As Necessary For The Accomplishment Of Vha Mission. attachment 1 services 1.0 General Scope: the Contractor Shall Provide All Labor, Materials, Equipment, Transportation, And Supervision Necessary To Satisfy The Needs Of Each Ordering Activity. 2.0 Delivery: All Orders Shall Be Delivered Free On-board (fob) Destination To The Delivery Addresses Listed In The Individual Orders Placed Against The Idiq. Specific Delivery/shipping Information Shall Be Determined At The Individual Order Level. 3.0 General Requirements For Services: The Dates And Times For Delivery, Receipt And Installation Of Furniture Will Be Established By Individual Orders. Delivery, Receiving And Installation Of Furniture Will Be Determined On The Individual Orders And May Occur Outside Of Normal Duty Hours To Not Interfere With Patient Care In Accordance With The Idiq Order. when The Contractor Requests To Deliver, Receive And/or Install Furniture Outside Normal Duty Hours. When These Instances Occur, A Written Request Shall Be Submitted To The Va Contracting Officer S Representative (cor) For Authorization Of The Individual Orders Of This Type. Written Approval From The Va Cor Must Be Received Before Proceeding With The Work. The Request Shall Be Submitted At Least (5) Five Business Days Prior To The Proposed Performance Of Work, And It Shall Indicate The Day(s), Time, The Amount Of Work, And The Reason Why Performance Is Necessary Outside Normal Duty Hours. the Contractor Shall Be Made Aware Of And Must Comply With Local Security Policies And Procedures In The Task Order. The Contractor Will Comply To These Standards During All Site Visits On Governmental Property. Contractor Shall Contact The Va Cor At Least 14 Days Prior To Work Start Date To Ensure Compliance To Any Local Security Policies. the Contractor Personnel Shall Present A Professional Appearance And Shall Have A Uniform Or Some Method Of Identifying Them As An Employee Of The Contractor. A Va Badge Will Be Provided And Must Be Worn Above The Waist And Be Visible At All Times While On Government Property. the Contractor Shall Ensure Policies And Procedures Are Established That Protect The Safety And Welfare Of Customers, Employees, And The Community To Minimize Or Eliminate Safety Or Environmental Risks. the Contractor Shall Be Knowledgeable Of And Shall Comply With All Applicable Federal, State, And Local Laws, Building Codes, Life Safety Codes, Occupational Health And Safety Administration (osha), Ada/adag, Permits, Va Design Standards (www.cfm.va.gov/til/dguide.asp), And Instructions Required For The Performance Of The Duties In The Statement Of Work (sow). the Contractor Is Responsible For Ensuring That Its Firm And Staff Maintain Any Generally Required Professional Certification, Accreditation, License, Bond, And Proficiency Relative To Their Area Of Expertise. The Contractor Shall Retain Documentation Of Such Records. The Government Will Not Pay For Expenses To Meet This Requirement. the Contractor Is Responsible For Ensuring Staff Are Trained And Certified For Planning And Installing Product To Maintain The Integrity Of The Manufacturer S Warranty. 4.0 Sv1 Furniture, Design, And Installation Support Services contract Tasks/requirements contractor May Be Required To Provide Basic Design Services And Layout For Commodities Purchased. All Designs Of Furniture Layouts, Including Original Designs And Any Subsequent Redesigns, Must Be Accomplished By A Qualified Professional Interior Designer With Either A Four (4) Year Interior Design Degree From An Accredited School By The Council For Interior Design Accreditation (cida/fider), Or 5 Years Of Experience, And One Year Experience Using Contractor S Software Similar To That Proposed For This Contract. contractor Is Required To Provide Installation Drawings For Furniture Purchased. contractor Shall Place All Orders, Track Orders, Schedule Deliveries And Coordinate Trucks With The Manufacturer For Manufacturing And Delivery According To Va Project Schedule. contractor Shall Be Responsible For All Field Measurements Whether In Existing Spaces Or New Construction. Contractor Shall Not Rely On Autocad Drawings For Final Measurements. contractor Shall Perform Installation Services Per Task Order Sow. contractor Must Have A Project Manager/lead Installer Based On Project Size. Project Manager/lead Installer Must Have A Minimum Of 2 Years Of Experience Performing Installation Services In Healthcare Facilities. contractor May Be Required To Remove And Dispose Of Existing Va Furnishings In Coordination With Va Logistic Management Service And Interior Designer Per The Task Order Sow.â  An Att2a With Pictures And Quantities Will Be Included In The Solicitation Package If This Service Is Being Requested. contractor May Or May Not Be Required To Complete Services Outside Of Normal Duty Hours Per The Sow. contractor Shall Be Familiar With Va Campuses And Various Va Outpatient Clinics, Regulations, Loading Dock Locations And Hours Of Operations. contractor Must Provide Proof Of Insurance. contractor Shall Provide 30 Days Free Storage Once The Complete Bill Of Materials Has Been Received At A Conditioned Facility That Meets All Building Requirements Including But Not Limited To The Sprinkler, Security, Safety, Temperature And Environmental Controls As Not To Void Furniture Warranties. contractor Must Notify Va Of The Specific Location Of Any Or All Stored Furniture. contractor Shall Provide All Necessary Materials, Equipment, Labor, Supervision, And Management To: (a) Coordinate Delivery: (b) Load And Unload; (c) Place/install Items In Designated Rooms/locations; (d) Assemble Items As Required; (e) Secure As Designated; And (f) Properly Dispose Of All Associated Packing/crating Materials Outside The Va Premises. va Cor: To Be Specified At Delivery/task Order Level. protection Of Property the Contractor Shall Perform An Inspection Of The Buildings And Grounds With The Cor Prior To Commencing Work. Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Buildings, Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Buildings Or Grounds Damaged Accidentally, Or On Purpose Due To Actions By The Contractor, Utilizing Materials Of The Same Quality, Size, Grade And Color, To Match Existing Work. to Ensure That The Contractor Shall Be Able To Repair Or Replace Any Items, Components, On The Buildings Or Grounds Damaged Due To Negligence And/or Actions Taken By The Contractor. The Contractor Shall Communicate With The Cor To Resolve All Repairs Beyond Simple Surface Cleaning. Concurrence Of The Cor Is Required Before The Contractor May Perform Any Significant Repair Work. In All Cases, Repairs Shall Utilize Materials Of The Same Quality, Size, Texture, Grade And Color To Match Adjacent Existing Work. the Contractor Shall Be Responsible For The Security Of The Areas In Which The Work Is Being Performed At All Times Prior To Completion. The Contractor Shall Maintain Accountability And Control Of Any Keys Provided And Shall Return Them To The Cor Upon Completion Of The Work. contractor Shall Provide Floor Protection While Working In All Va Facilities. All Material Handling Equipment Shall Have Rubber Wheels. delivery contractor Shall Contact The Cor At Least 14 Business Days Prior To The Start Of Work/shipping To Ensure That The Building Is Ready For Install. in The Event There Is A Delay In Delivery, Contractor Must Notify The Assigned Va Cor Immediately In Writing, Preferably Via Email. contractor Shall Provide The Cor With Scheduled Date And Time That The Delivery Truck Will Be Arriving At Least 24 Hours Minimum In Advance. contractor Must Ensure That The Driver Of The Delivery Vehicle Has Copies Of The Bill Of Materials/delivery Orders And Shall Not Attempt To Deliver Any Items Before The Scheduled Delivery Date. receive And Unload if The Contractor Is Unable To Complete The Assembly And Placement Of All Unloaded Items Before The End Of The Workday, The Contractor Will Be Responsible For Moving These Items To A Secure Location, Until The Next Available Work Day. The Contractor Will Be Responsible For Moving The Items From The Overnight Storage Site To Its Designated Position In The Building. the Contractor Shall Verify And Inspect All Items. Any And All Deficiencies (damage/overage/shortage) Shall Be Brought To The Attention Of The Assigned Va Co In Writing, Preferably Via Email, Immediately Upon Identification. the Contractor Shall Store Damaged Items In The Location Designated By The Cor. The Contractor Shall Maintain A Complete File Of All Documents Relating To Each Discrepancy And Copies Of All Discrepancy Reports Shall Be Forwarded To The Cor On A Daily Basis. contractor Shall Repair Or Coordinate With The Cor For Replacement Of Damaged, Defective, Or Missing Items. assembly And Final Acceptance contractor Shall Be Responsible For All Safety And Security Guidelines Within The Area In Which Work Is Being Performed, To Include Securing Any Contractor-owned Tools Or Equipment, And Any On-site Storage Being Utilized. the Contractor Shall Install All Items In Accordance With Each Requirement Statement And Basic Component Floorplan, Panel Plan And Electrical Plan, Designed And Provided By The Contractor With Each Task Order. contractor Shall Uncrate All Items Received And Perform All Required Assembly In Accordance With The Manufacturers Instructions. contractor Shall Prevent Its Personnel From Entering Any Area Other Than The Designated Work Area. the Contractor Shall Maintain A Means Of Egress Within All Designated Work Areas To Comply With Fire Codes. contractor Shall Inspect To Ensure That The Furniture Is Free Of Surface Dirt, Clean And Polished, Free Of Defects, And That The Installation Is Complete And Ready For Use. the Contractor Shall Do A Final Walkthrough With Cor And Provide A Punch List Before Releasing Crew For The Day. jobsite Cleanliness contractor Will Be Responsible For The Removal And Disposal Of All Trash/debris Connected With Uncrating And Assembling All Items Installed Under This Contract. final Acceptance By The Government Will Not Occur Until All Installed Items Have Been Wiped Cleaned And Debris/dust Connected With Installation Is Removed From The Va Site. recyclable Cardboard Products Shall Be Disposed Of In Accordance With Applicable Statutes, In Respective Containers. The Contractor Is Responsible For Providing Trash Containers At An Offsite Facility. packing Materials Will Not Be Stored In The Buildings For Any Period Exceeding 24 Hours. the Contractor Shall Ensure Its Personnel Eat, Drink, Or Smoke Only In Designated Areas. personal Trash (food Wrappers, Drink Containers, Etc.,) Shall Be Removed From The Site On A Daily Basis By The Contractor. warranty Items the Warranty Of An Item Is To Start On The Date Of Acceptance Of The Products/services By The Government Va Cor. the Contractor Agrees To Furnish, Without Cost To The Government, Replacement Of All Parts And Material Which Are Found To Be Defective During The Warranty Period. The Cost Of Installation And Travel Of Replacement Material And Parts Shall Be Borne By The Contractor. clin Structure line Item mfg Part # description/part Number* qty Price Extended Amount 1 305097 sharps Container 12 â  â  2 1883455 4 Gal Trash Receptical 13 â  â  3 mba8657 calendar Wall Board 12 â  â  4 nicpsbs077900 sani-wipe Bracket 48 â  â  5 h-5904be 13 Gal Trash Receptical 26 â  â  6 bvcgl070107 24x36 Magnetic Dry Erase Board 4 â  â  7 bvcgl080107 36x48 Magnetic Dry Erase Board 2 â  â  8 m1dsuswh sound Machine 4 â  â  9 h-5905be 18 Gal Trash Receptical 12 â  â  10 254300 Bla office Waste Receptical 6 â  â  11 6645-01-492-0378 clock 16 â  â  12 rcp-rcp1883563 4 Gal Trash Receptical - Biohazard 12 â  â  13 inpro Cz-array 01390482 patient Privacy Curtains 12 â  â  14 maren 1100-up wall Hanging Folding Chair And Bracket 12 â  â  15 45ng72 wall Hooks For Walkers 12 â  â  16 1799632/1799635 capsa Wall Mount 12 â  â  17 inpro Hl-adashower Chino 01390482 shower Curtain & Track 12 â  â 
Closing Date18 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.20|wvn|717-605-2147|markus.a.hamilton.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||||||||| 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|136|n/a|n/a|n39040 - Certifications |n/a|n /a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| 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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Daysafter Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluaton Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The solicitation. 7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). \ 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=5001003 |53711| R| |d|0001 | R|49998|0143553 drawing Data=5001003 |53711| R| |d|0002 | R|49998|0086417 drawing Data=5001003 |53711| R| |d|0003 | R|49998|0093377 drawing Data=5001003 |53711| R| |d|0004 | R|49998|0079232 drawing Data=5001003 |53711| R| |d|0005 | R|49998|0088446 drawing Data=5001003 |53711| R| |d|0006 | R|49998|0146828 drawing Data=5001003 |53711| R| |d|0007 | R|49998|0215517 drawing Data=5001003 |53711| R| |d|0008 | R|49998|0151503 drawing Data=5001003 |53711| R| |d|0009 | R|49998|0237887 drawing Data=5001003 |53711| R| |d|0010 | R|49998|0320573 drawing Data=5001003 |53711| R| |d|0011 | R|49998|0093628 drawing Data=5001003 |53711| R| |d|0012 | R|49998|0108446 drawing Data=5001003 |53711| R| |d|0013 | R|49998|0119594 drawing Data=5001003 |53711| R| |d|0014 | R|49998|0110374 drawing Data=5001003 |53711| R| |d|0015 | R|49998|0133506 drawing Data=5001003 |53711| R| |d|0016 | R|49998|0146606 drawing Data=5001003 |53711| R| |d|0017 | R|49998|0089292 drawing Data=5001003 |53711| R| |d|0018 | R|49998|0075014 drawing Data=5001003 |53711| R| |d|0019 | R|49998|0083942 drawing Data=5001003 |53711| R| |d|0020 | R|49998|0075063 drawing Data=5001003 |53711| R| |d|0021 | R|49998|0088473 drawing Data=5001003 |53711| R| |d|0022 | R|49998|0097739 drawing Data=5001003 |53711| R| |d|0023 | R|49998|0135432 drawing Data=5001003 |53711| R| |d|0024 | R|49998|0136746 drawing Data=5001003 |53711| R| |d|0025 | R|49998|0084962 drawing Data=5001003 |53711| R| |d|0026 | R|49998|0090464 drawing Data=5001003 |53711| R| |d|0027 | R|49998|0110427 drawing Data=5001003 |53711| R| |d|0028 | R|49998|0118378 drawing Data=5001003 |53711| R| |d|0029 | R|49998|0134653 drawing Data=5001003 |53711| R| |d|0030 | R|49998|0125906 drawing Data=5001003 |53711| R| |d|0031 | R|49998|0083254 drawing Data=5001003 |53711| R| |d|0032 | R|49998|0092742 drawing Data=5001003 |53711| R| |d|0033 | R|49998|0108521 drawing Data=5001003 |53711| R| |d|0034 | R|49998|0082415 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=astm-d4894 | | | |190501|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=mil-prf-9954 | | |d |090416|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=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;parts Kit For A Size 1 1/2 Inch Ball Valve, Consisting Of One Ball, Piece 3a, And Two Mating Seats, Piece 4, Must Be In Accordance With Naval Sea Systems Command Drawing 803-5001003, Except As Amplifed Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;ball (q3) - Piece 3a; material - Sae-ams-6931 note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3) - Piece 4; material - Teflon (polytetrafluoroethylene) Per Astm-d4894, Type Ii, Type Iv Grade 1, Type Iv Grade 2. (properties Specified Below Only) item Property Astm Test Method Value (a) Tensile Strength D638 4,000 Psi Min (type Ii And Type Iv Grade 2) 3,700 Psi Min (type Iv Grade 1) (b) Elongation D638 300% Min (type Ii And Type Iv Grade 2) 275% Min (type Iv Grade 1) (c) Melting Point D4591 327 Deg C +/- 10 (620 Deg F +/- 18) (d) Specific Gravity D792 (method A) 2.14 - 2.19 (e) Hardness D2240 50-65 Shore D (f) Water Absorption (max) D570 0.01% Max (24 Hours) properties (c) Through (f) Apply To Type Ii, Type Iv Grade 1, And Type Iv Grade 2. note: The Supplier Is Responsible For The Performance Of All Inspection And Testing Requirements As Specified Herein, Except As Otherwise Specified. 3.3 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows: machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation, allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16. clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste. ^ Reference Customer Number Pli00499 When Ordering Wool Pad. ^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process." 3.5 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.7 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.8 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.9 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.9.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.10 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. 3.10.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.10.2 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'') 3.10.3 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. 3.10.4 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. 3.10.5 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. 3.10.6 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. 3.10.7 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. 3.10.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.10.9 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. 3.10.10 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. 3.10.11 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. 3.10.12 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. 3.11 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.11.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.11.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.11.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.11.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.11.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 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." 3.14 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. 3.14.1 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. 3.14.2 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. 3.14.3 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. 3.14.4 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. 3.15 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: 3.15.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.15.2 Inspection For Completeness And Proper Type. 3.15.3 Verification Of Material Quality Received. 3.15.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.15.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.15.6 Identification And Protection From Improper Use Or Disposition. 3.15.7 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. 3.15.8 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. 3.15.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.16 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. 3.16.1 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. 3.17 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, 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. 3.17.1 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. 3.17.2 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. 3.17.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;balls To Be Marked In The Waterway And Seats To Be Tagged, Marking Of Seats Is Not Allowed.; 3.17.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.17.5 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 Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.18 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.18.1 Metallic Material - 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. 3.18.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.18.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its 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 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.) 3.18.4 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. 3.18.5 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. 3.18.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.19 Material Handling - The Written Material Control Process Must Include The Following: 3.19.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.19.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.19.6 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. 3.20 Receiving Inspection 3.20.1 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. 3.20.2 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. 3.21 Discrepancy Reporting 3.21.1 Nonconforming Products 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). 3.22 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.22.1 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. 3.22.2 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. 3.22.3 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. 3.22.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.22.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.23 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 - Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs - Feb 24 2012 - Added Appropriate Ut Acceptance Classes - Jun 14 2012 - Added (properties Specified Below Only) - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats - Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I - 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 10.2.2, 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. 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.
Closing Date12 May 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Page 2 Of 2 page 2 Of 2 (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number 36c26225q0398 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular. (iv) The Us Government, Veterans Affairs (va) Seeks To Make Procurement For A Root Monitoring System. (v) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 334510 Having A Size Standard Of 1,250 Employees. (vi) Product Information: *the Brand Name Manufacturer Is Piezosurgery Inc* manufacturer Part # item Description quantity 3120134a accessories - Led Handpiece W/ Infusion Set And Surgical Tray 02 Ea 3230006 accessories-disposable Infusion Set 50 Ea 3900004 cleaning Supplies - Enzymec - Enzymatic Detergent (1-liter Bottle) 02 Ea 11026300a0006 monitor Shelf Multicare generic Name: Monitor Shelf At The Foot Of The Bed 70 Ea cr-ec100hr-1 pivp Insert (mc)|hdiv-mount (mc/e4/e5) Chr. Vert. O2 Holder generic Name: O2 Tank Holder 70 Ea s6011710-02 iv Pole Bush, Assembly Metal+plastic Ral 9006 generic Name: Iv Pole Bush 70 Ea 4maplucn0306 removable Heavy Duty Iv Pole 70 Ea 4gmkls000003a kit Of Stabilizing Pads For Aggressive Pulmonary Complications. 9 Parts/set. generic Name: Stabilizing Pads Kit 2 Ea salient Characteristics icu Bed Systems With Mattresses must-have: 1 at Least 550 Lb. Safe Working Load Capacity 2 frame-based Lateral Turn Assist: Q2h, Repositioning, Cares. 3 microshifting W Frame-based Turn: 1 Degree Increments 4 frame-based Automatic Lateral Rotation Therapy (alt) 5 mobile Lift: Built-in Sit-to-stand Device 6 ergoframe To Prevent Patient Migration 7 vascular Positioning With One Touch Button 8 braking Safety Feature: Automatically Locks Within 1 Minute After Plugin 9 adjustable Speed Motorized Transport 10 combined Lateral And Transversal Tilt 11 dual Usb Chargers In The Upper Side Rail 12 5th Wheel (retractable) 13 double Castors - 5.9" 14 integrated Scale 15 exam Light On Patient Pendant 16 interactive Quick Guides On The Touchscreen 17 undercarriage Obstruction Detection 18 multizone Bed Exit Alarm 19 hands-free Foot Control For Examination Position 20 hands-free Foot Control For Low Position 21 electric Bed Extension And Retraction 22 patient Control Pendant 23 one-touch Chair Position 24 hands-free Foot Control For Turn Assists Of At Least 15 Degrees 25 translucent Deck For C-arm Compatibility 26 weight Of Bed Between 454-606lb 27 open Architecture (can Use Any Standard Mattress With Bed Frame) 28 surface Dual Cover Zone: Slick Middle, Tackier Sides For Safety 29 surface Has Removable Xray Sleeve For Cleaning 30 surface Mobile Mode (adjustable As The Patient Becomes More Alert) 31 surface Prom Mode (adjustable) 32 surface Bod Sensors offeror Quotations Must Demonstrate Meeting The Salient Physical, And Functional Characteristics Included In This Solicitation, Otherwise, They Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per Far 52.211-6. the Information Provided Above Is Intended To Be Descriptive, Not Restrictive, And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Satisfy The Requirement By Providing The Brand Name Or Equal To The Supplies Being Requested. (vii) Delivery Requirements: place Of Delivery va Greater Los Angeles Healthcare System | 11301 Wilshire Blvd | Los Angeles, Ca 90073 period Of Performance/delivery Timeframe: deliver All Items And Provide Any Required Installation No Later Than 30 Days From The Award Date. (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation. far 52.212-1 Addendum: all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than Friday, February 17, 2023 At 1:00 Pm Pst. Ensure To Reference Solicitation Number 36c26223q0528 Within The Subject Line Of The Email. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late And Will Not Be Considered For Award. Any Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than Tuesday, February 14, 2023 At 3:00 Pm Pst. offers And Questions Shall Be Sent By Email To Contract Specialist Deronte Reid At Deronte.reid@va.gov. authorized Distributor Letter (adl) any Suppliers, Distributors, And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Items By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021), Applies To This Solicitation. far 52.212-2 Addendum / Replacement: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price, And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: the Lowest-priced Quotation That Meets All Salient Characteristics Requirements That Are Both Responsive And Responsible. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to-items Meet All The Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See Far 52.211-6 Brand Name Or Equal For Additional Information. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) (x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Products, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services, Applies To This Acquisition. 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services (dec 2022) (a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item, Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Federal Acquisition Regulation (far) 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line Item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In Far 32.608-2 In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 4701 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures. (v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract. (end Of Clause) (xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products, Applies To This Acquisition. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (dec 2022) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [x] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021) (41 U.s.c. 4704 And 10 U.s.c. 4655). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [x] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [x] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (nov 2021) (31 U.s.c. 6101 Note). [x] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11) 52.219 3, Notice Of Hubzone Set-aside Or Sole-source Award (oct 2022) (15 U.s.c. 657a). [] (12) 52.219 4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-6. [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (nov 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [x] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (oct 2022) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (sep 2021) Of 52.219 9. [] (18)(i) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (ii) Alternate I (mar 2020) Of 52.219-13. [] (19) 52.219 14, Limitations On Subcontracting (oct 2022) (15 U.s.c. 657s). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (sep 2021) (15 U.s.c. 637(d)(4)(f)(i)). [x] (21) 52.219 27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15 U.s.c. 657f). [x] (22) (i) 52.219 28, Post-award Small Business Program Rerepresentation (oct 2022) (15 U.s.c. 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219 28. [] (23) 52.219 29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantaged Women-owned Small Business Concerns (oct 2022) (15 U.s.c. 637(m)). [] (24) 52.219 30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) L(26) 52.219 33, Nonmanufacturer Rule (sep 2021) (15 U.s.c. 657s). [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [x] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (dec 2022) (e.o. 13126). [x] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [x] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [x] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [x] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [x] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [x] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (may 2022). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Products Or Commercial Services As Prescribed In Far 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (may 2020) (42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47)(i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [x] (48)(i) 52.225-1, Buy American Supplies (oct 2022) (41 U.s.c. Chapter 83). [] (ii) Alternate I (oct 2022) Of 52.225 1. [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (dec 2022) (19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I [reserved]. [] (iii) Alternate Ii (dec 2022) Of 52.225-3. [] (iv) Alternate Iii (jan 2021) Of 52.225-3. [] (v) Alternate Iv (oct 2022) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (dec 2022) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (feb 2021). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [] (57) 52.232-30, Installment Payments For Commercial Products And Commercial Services (nov 2021) (41 U.s.c. 4505, 10 U.s.c. 3805). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [x] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (nov 2021) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Products Or Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (nov 2021) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2022) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (may 2022) (e. O. 12989). (xvii) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (jan 2022). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (nov 2021) (46 U.s.c. 55305 And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Products And Commercial Services A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) (xxiii) In Addition, The Following Clauses Shall Also Apply: vaar 852.219-74 Limitations On Subcontracting Monitoring And Compliance (jul 2018) (a) This Solicitation Includes Vaar 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. (b) Accordingly, Any Contract Resulting From This Solicitation Is Subject To The Limitation On Subcontracting Requirements In 13 Cfr 125.6, Or The Limitations On Subcontracting Requirements In The Far Clause, As Applicable. The Contractor Is Advised That In Performing Contract Administration Functions, The Contracting Officer May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. (c) All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Contracting Officer In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. (d) Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Contracting Officer To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. (end Of Clause) vaar 852.219-76 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (sep 2021) (deviation) (a) Pursuant To 38 U.s.c. 8127(k)(2), The Offeror Certifies That (1) If Awarded A Contract (see F(a)far 2.101 Definition), It Will Comply With The Limitations On Subcontracting Requirement As Provided In The Solicitation And The Resultant Contract, As Follows: [offeror Check The Appropriate Box] (i) [ ] In The Case Of A Contract For Supplies Or Products (other Than From A Non-manufacturer Of Such Supplies), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Vip-listed Sdvosbs As Set Forth In 852.219-10 Or Vosbs As Set Forth In 852.219-11. Any Work That A Similarly Situated Vip-listed Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. Cost Of Materials Are Excluded And Not Considered To Be Subcontracted. (ii) [ ] In The Case Of A Contract For Supplies From A Nonmanufacturer, It Will Supply The Product Of A Domestic Small Business Manufacturer Or Processor, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. (2) Manufacturer Or Nonmanufacturer Representation And Certification. [offeror Fill-in Check Each Applicable Box Below. The Offeror Must Select The Applicable Provision Below, Identifying Itself As Either A Manufacturer Or Nonmanufacturer]: (i) [ ] Manufacturer Or Producer. The Offeror Certifies That It Is The Manufacturer Or Producer Of The End Item Being Procured, And The End Item Is Manufactured Or Produced In The United States, In Accordance With Paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The Offeror Certifies That It Qualifies As A Nonmanufacturer In Accordance With The Requirements Of 13 Cfr 121.406(b) And Paragraph (a)(1)(ii). The Offeror Further Certifies It Meets Each Element Below As Required To Qualify As A Nonmanufacturer. [offeror Fill-in Check Each Box Below.] [ ] The Offeror Certifies That It Does Not Exceed 500 Employees (or 150 Employees For The Information Technology Value Added Reseller Exception To Naics Code 541519, Which Is Found At 13 Cfr 121.201, Footnote 18). [ ] The Offeror Certifies That It Is Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied. [ ] The Offeror Certifies That It Will Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice. (iii) [ ] If This Is A Multiple Item Acquisition, The Offeror Certifies That At Least 50% Of The Estimated Contract Value Is Composed Of Items That Are Manufactured By Small Business Concerns. [contracting Officer Fill-in Or Removal. See 13 Cfr 121.406(d) For Multiple End Items. If Sba Has Issued An Applicable Nonmanufacturer Rule Waiver, This Requirement Must Be Removed In The Final Solicitation Or Contract.] (3) The Offeror Acknowledges That This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States. The Offeror Further Acknowledges That This Certification Is Subject To Title 18, United States Code, Section 1001, And, As Such, A False, Fictitious, Or Fraudulent Certification May Render The Offeror Subject To Criminal, Civil, Or Administrative Penalties, Including Prosecution. (4) If Va Determines That An Sdvosb/vosb Awarded A Contract Pursuant To 38 U.s.c. 8127 Did Not Act In Good Faith, Such Sdvosb/vosb Shall Be Subject To Any Or All Of The Following: (i) Referral To The Va Suspension And Debarment Committee; (ii) A Fine Under Section 16(g)(1) Of The Small Business Act (15 U.s.c. 645(g)(1)); And (iii) Prosecution For Violating Section 1001 Of Title 18. (b) The Offeror Represents And Understands That By Submission Of Its Offer And Award Of A Contract It May Be Required To Provide Copies Of Documents Or Records To Va That Va May Review To Determine Whether The Offeror Complied With The Limitations On Subcontracting Requirement Specified In The Contract Or To Determine Whether The Offeror Qualifies As A Manufacturer Or Nonmanufacturer In Compliance With The Limitations On Subcontracting Requirement. Contracting Officer May, At Their Discretion, Require The Contractor To Demonstrate Its Compliance With The Limitations On Subcontracting At Any Time During Performance And Upon Completion Of A Contract If The Information Regarding Such Compliance Is Not Already Available To The Contracting Officer. Evidence Of Compliance Includes, But Is Not Limited To, Invoices, Copies Of Subcontracts, Or A List Of The Value Of Tasks Performed. (c) The Offeror Further Agrees To Cooperate Fully And Make Available Any Documents Or Records As May Be Required To Enable Va To Determine Compliance. The Offeror Understands That Failure To Provide Documents As Requested By Va May Result In Remedial Action As The Government Deems Appropriate. (d) Offeror Completed Certification/fill-in Required. The Formal Certification Must Be Completed, Signed, And Returned With The Offeror S Bid, Quotation, Or Proposal. The Government Will Not Consider Offers For Award From Offerors That Do Not Provide The Certification, And All Such Responses Will Be Deemed Ineligible For Evaluation And Award. certification: i Hereby Certify That If Awarded The Contract, [insert Name Of Offeror] Qualifies As A Manufacturer Or Nonmanufacturer As Stated Herein And That If Awarded The Contract, [insert Name Of Offeror] Will Comply With The Limitations On Subcontracting Requirement Specified In The Resultant Contract, Unless A Waiver As Described In 13 Cfr 121.406(b)(5) Is Granted. I Further Certify That I Am Authorized To Execute This Certification On Behalf Of [insert Name Of Offeror]. printed Name Of Signee:________________________________________ printed Title Of Signee:_________________________________________ signature:___________________________________________________ date:_____________________ company Name And Address: ________________________________________ _________________________________________________________________ (end Of Clause) 52.211-6 Brand Name Or Equal (aug 1999) (a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. (c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Clause) 52.217-6 - Option For Increased Quantity (mar 1989) the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) 852.212-72 - Gray Market And Counterfeit Items (mar 2020) (a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) 52.252-2 - Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/comp/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) in Addition, The Following Clauses And Provisions Shall Also Apply: 52.232-18 availability Of Funds (apr 1984) 52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (oct 2016) 52.209-7 information Regarding Responsibility Matters (oct 2018) 52.233-2 service Of Protest (sept 2006) 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) 852.252-70 solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016 (end Of Solicitation)
Closing Date29 Jan 2025
Tender AmountRefer Documents 

Municipality Of Bakun, Benguet Tender

Others
Philippines
Details: Description 1. The Lgu-bakun Through The General Fund Intends To Apply The Sum Of P 605,594.00 Being The Total Abc To Payments Under The Contract For Procurement Of Office Supplies For The 1st Quarter/ G- 18-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Lgu-bakun Now Invites Bids For The Above Procurement Project, Specifically Describe Below; Item # Item And Description/specifications/stock No. Unit Qty. Abc Per Item Office 2 Ballpen Blue,0.5mm,gel Dozen 2 680.00 Mago-2 3 Ballpen Black,0.5mm,gel Dozen 8 2,720.00 Mtu-1,masso-2,dilg-1,mago-4 4 Ballpen,black,0.5mm Dozen 4 312.00 Mtu-3,kalahi-1 5 Ballpen,blue,0.5mm Dozen 3 234.00 Mtu-3,mcro-10 6 Ballpen,smooth Ink Pen,0.5mm Fo-gel,blue Dozen 11 1,793.00 Mtu-1 7 Ballpen,smooth Ink Pen,0.5mm Fo-gel,black Dozen 11 1,793.00 Mtu-1,mcro-10 8 Ballpen .5mm Needle Point (black) Dozen 2 550.00 Mto-2 9 Ballpen .5mm Needle Point (blue) Dozen 2 550.00 Mto-2 10 Ballpen Retractable,black,0.5mm Dozen 20 3,260.00 Mmo-5,masso-2,mnao-6,sbo-2,mago-5 11 Ballpen Retractable,blue,0.5mm Dozen 5 815.00 Mmo-5 12 Battery Dry Cell,aa 2pcs/blister Pack Blister 15 975.00 Enru-10,macco-5 13 Battery Alakaline,size Aaa,2pcs/blister Blister 7 490.00 Sbo-5,mago-2 14 Bond Paper (8.5x11),80gsm Ream 15 3,900.00 Masso-5,macco-10 17 Bond Paper,a4 100gsm Ream 20 6,000.00 Mmo-20 19 Binder Clips,backfold, Clamping 1 Inch Box 35 1,050.00 Mpdo-10,mtu-5,mbo-4,kalahi-1,mps-5,enru-10 20 Binder Clip,backfold,1.5 Inches Box 32 1,344.00 Mmo-5,mtu-5,kalahi-1,mps-5,mto-10,mago-6 21 Binder Clip,backfold,2 Inches Box 16 1,616.00 Mmo-5,mbo-5,kalahi-1,sbo-5 22 Binding Tape,2" Pcs 16 1,232.00 Mdrrmo-9,mtu-7 23 Binding Staple,heavy Duty 50la Pcs 1 1,700.00 Sbo-1 24 Calculator,14digits,2 Way Power,js-140tvs Unit 4 2,480.00 Mpdo-2,mtu-1,mnao-1 25 Certificate Holder,a4,plastic Pcs 125 6,250.00 Mmo-50,mswdo-75 26 Certificate Case Plastic,a4 (folder Type),assorted Colors Pcs 25 2,250.00 Mago-25 27 Clip Board Legal Pcs 4 240.00 Bfp-4 28 Clipboard With Cover,long Pcs 4 880.00 Enru-4 29 Clipboard With Cover,a4 Pcs 4 880.00 Enru-4 30 Clipboard Desktop Document Holder W/ Stand Pcs 2 544.00 Mtu-2 32 Cutter Heavy Duty Pcs 8 320.00 Mmo-6,mdrrmo-2 34 Craft Envelope Brown Hard Portrait,7"x11" With Tie Pcs 50 2,000.00 Mcro-50 35 Craft Envelope Brown Hard Landscape,7"x11" With Tie Pcs 100 2,000.00 Mcro-100 36 Dtr 100s #48 Pad 40 3,080.00 Mpdo-10,enru-20,mago-10 37 Envelope Brown A4 Dozen 20 860.00 Mmo-5,masso-10,mps-5 38 Envelope Brown A4 (50s/pack) Pack 2 350.00 Mago-25 39 Envelope Brown,long Dozen 39 1,677.00 Mmo-5,mtu-5,mcro-20,mps-9 40 Envelope,expanding, Kraftboard,for Legal Size Doc. Dozen 12 2,556.00 Mmo-5,dilg-2,mps-3,mago-2 43 Eraser,m/s With Ballpen Eraser Pcs 200 8,000.00 Mcro-200 45 Extension Cord,10meters Wheel Pcs 7 12,103.00 Mmo-3,mdrrmo-1,kalahi-1,mago-2 46 Facemask,disposable 3-ply Ear-loop Type,50s Box 7 630.00 Mdrrmo-2,enru-5 47 Facemask,3 Ply,10pcs/pack,3d Pack 6 300.00 Mago-6 48 Faber-castell Ballpen 1423,0.5mm Black Dozen 5 815.00 Mps-5 49 Fastener,plastic Coated,multi-color Box 13 546.00 Mmo-3,mtu-5,mps-5 50 Filing Box Long Pcs 10 1,900.00 Mswdo-10 51 File Magazine Box,legal Pcs 25 2,750.00 Mmo-25 52 Flip Head Calculator,14 Digits Pcs 3 3,000.00 Mto-3 53 Folder,brown,a4 Dozen 9 765.00 Mmo-5,mto-4 54 Folder,brown,legal Dozen 23 1,955.00 Mmo-5,mtu-8,mcro-5,bfp-1,kalahi-2,mto-2 55 Folder Brown Legal Pcs 250 2,500.00 Mswdo-250 56 Folder,green,legal Dozen 1 85.00 Bfp-1 57 Folder,expanding,violet ,legal Size Dozen 3 255.00 Bfp-3 58 Folder,expanding ,legal Size Dozen 11 2,805.00 Mpdo-5,kalahi-1,mps-5 59 Folder,expanding, Pressboard,legal Size Dozen 5 1,275.00 Mmo-5 60 Folder Expanding Long (100blue & 150green) Pcs 250 3,750.00 Mswdo-250 61 Glue,white All Purpose,240g Jar 3 270.00 Mmo-3 62 Glue,40ml(multipurpose) Pcs 8 432.00 Mtu-8 63 Glue Gun With Switch Pcs 3 450.00 Mswdo-3 64 Ink Refill For Sign Pen,my Gel .5mm (dong-a) Black Dozen 2 426.00 Mpdo-2 65 Ink Refill For Parker Sign Pen (roller Ball Refill),0.7,black Pcs 3 750.00 Masso-3 67 Lever Arch File Folder Horizontal Extra Long 3 Inches Pcs 10 1,500.00 Mswdo-10 68 Marker,pilot,broad/fine, Permanent Box 6 2,976.00 Mmo-1 ,mpdo-2,mps-1,mtu-1,bfp-1 69 Note Pad,sticky (3"x3") Pack 16 464.00 Mmo-10,bfp-3,kalahi-3 70 Note Pad,sticky ('sign Here" Tag)0.5"x1.7"/1.3x4.3cm 5x25sheets Pack 25 1,750.00 Mmo-10,bfp-2,meo-10,kalahi-3 71 Note Pad Stick,3"x4" Pad 3 105.00 Dilg-3 72 Note Pad,stick 2"x3" Pad 10 290.00 Mtu-10 73 Nt Cutter,stainless Steel Auto Lock,l-500grp Pcs 3 3,000.00 Mcro-3 74 Office Calculator,foldable Js-140tvs 14 Digits,two Way Power,solar Cell Battery Cr2016x1 N78,dc 3v Pcs 3 5,400.00 Mcro-3 76 Paper Clip,vinyl/plastic Coat,32mm Length Box 43 1,333.00 Mmo-5,mpdo-5,mtu-8,bfp-3,kalahi-2,masso-10,sbo-10 78 Photopaper A4 180gsm,10s Glossy Pack 14 1,078.00 Mmo-5,mpdo-2,comelec-5,sbo-2 79 Photopaper,self Adhesive,glossy,a4 Size Ream 2 2,000.00 Mago-25 80 Photopaper A4,20sheets Pack 4 404.00 Mpdo-2,bfp-2 81 Puncher,2 Hole,heavy Duty Pcs 5 950.00 Mmo-3,mswdo-2 82 Push Pin ,100pcs Pack 4 284.00 Mdrrmo-2,sbo-2 85 Scientific Calculator,high Quality,solar Pcs 2 2,000.00 Enru-2 86 Scissors ,big Size,heavy Duty Pcs 16 1,600.00 Mmo-6,mdrrmo-3,masso-2,mto-4,mago-1 87 Scissor Stainless,b/s Heavy Duty,12inch Long Pcs 3 1,050.00 Mcro-3 88 Sign Pen,liquid Gel,0.5mm Needle Point,black,ga 172804 Dozen 5 2,835.00 Mcro-4,bfp-1 89 Sign Pen,liquid Gel,.5mm Needle Point,black Dozen 4 2,268.00 Mmo-3,kalahi-1 90 Sign Pen,liquid Gel,.5mm Needle Point,black Dozen 4 2,268.00 Mcro-4 91 Sign Pen,liquid Gel,.5mm Needle Point,blue Dozen 3 1,701.00 Mmo-3 92 Sign Pen,gel,.5mm Blue Dozen 3 1,020.00 Dilg-1,mto-2 93 Sign Pen,gel,.5mm,black Dozen 4 1,360.00 Sbo-2mto-2 94 Sign Pen,gel,.5mm Black Box 4 2,592.00 Sbo-4 95 Sign Pen,red Dozen 4 2,268.00 Mcro-4 96 Sign Pen,my Gel,.5mm,black Dozen 2 680.00 Masso-2 97 Sign Pen,liquid Gel,energel,0.5mm,blue Pcs 1 136.00 Mtu-1 98 Sign Pen My Gel,0.8mm Black Dozen 2 900.00 Mps-2 99 Specialty Board Paper,a4,200gsm Pack 10 710.00 Mmo-10 100 Specialty Board Paper,a4,120gsm Pack 15 1,065.00 Mpdo-10,mtu-5 101 Specialty Board Paper,legal 120gsm (cream) Pack 1 77.00 Sbo-1 102 Specialty Board Paper,a4 120gsm (cream) Pack 10 710.00 Sbo-10 103 Specialty Board Paper,legal (different Colors) Pack 10 770.00 Mpdo-10 104 Specialty Board Paper Assorted Color,a4 Ream 2 2,000.00 Mago-2 105 Spiral Notebook,80leaves,148mm X 200mm Pad 80 1,040.00 Mnao-80 106 Stamp Pad #2 Pcs 3 210.00 Mswdo-3 107 Staple With Remover,heavy Duty Pcs 16 4,000.00 Mmo-6,masso-4,mto-6 108 Stapler Hd-50r With Remover Pcs 10 380.00 Macco-10 111 Staple Wire For Binding,23/24 (15/16") Box 2 232.00 Sbp-2 112 Staple Wire For Binding,23/13 Box 2 160.00 Sbo-2 113 Staple Wire For Binding,23/20 Box 2 220.00 Sbo-2 114 Stick Glue 5mm Pcs 100 500.00 Mswdo-100 115 Steeltape,5 Meters Pcs 2 320.00 Bfp-2 116 Tape Dispenser Heavy Duty Pcs 3 570.00 Mswdo-3 117 Tape Double Sided 1" Roll 26 884.00 Mpdo-12,masso-5,sbo-5,enru-2,mago-2 118 Tape Transparent,1" Roll 27 594.00 Mmo-5,bfp-3,meo-10,enru-4,mto-5 122 Tape Packaging 1" Roll 3 120.00 Bfp-3 123 Tape Packaging 2" Roll 12 768.00 Kalahi-2,mto-10 124 Transparent Binding Cover,long,100s 0.1mm (sensitized Film) Pack 1 75.00 Sbo-1 126 Toilet Tissue Paper,2 Ply,12pcs/pack Pull Ups Pack 36 7,668.00 Mpdo-5,kalahi-1,mswdo-20,mago-10 Sub-total Consumables 128 Epson #003 Black Cart 39 13,611.00 Enru-2,sbo-8,kalahi-5,mmo-2,mnao-2,mtu-8,mswdo-12 129 Epson #003 Cyan Cart 20 6,980.00 Enru-2,kalahi-4,mmo-2,mnao-1,mtu-5,mswdo-6 130 Epson #003 Magenta Cart 17 5,933.00 Enru-2,kalahi-3mmo-2,mnao-1,mtu-3,mswdo-6 131 Epson #003 Yellow Cart 20 6,980.00 Enru-2,kalahi-5,mmo-2,mnao-1,mtu-4,mswdo-6 132 Epson #664 Black Cart 4 1,628.00 Sbo-4 133 Epson #664 Cyan Cart 1 349.00 Mnao-1 134 Epson #664 Magenta Cart 1 349.00 Mnao-1 135 Epson #664 Yellow Cart 1 349.00 Mnao-1 136 Epson #664 Black Cart 1 349.00 Mnao-1 137 Ink Cart Gt-53-7 Black;ink Cart Gt52-2 Yellow; Ink Cart Gt-52-2 Magenta;ink Cart Gt-52-2 Cyan Cart 13 5,070.00 Macco-13 138 Ink Cart For Brother Dcp-t720dw Printer,bt5000,cyan Cart 1 561.00 Dilg-1 139 Ink Cart For Brother Dcp-t720dw Printer,bt5000,yellow Cart 1 561.00 Dilg-1 140 Ink Cart For Brother Dcp-t720dw Printer,bt5000,magenta Cart 1 561.00 Dilg-1 141 Ink Cart For Brother Dcp-t720dw Printer,d60,black Cart 2 1,122.00 Dilg-2 142 Brother Dcp-t710w Black Cart 2 1,122.00 Mmo-2 143 Brother Dcp-t710w Cyan Cart 2 1,122.00 Mmo-2 144 Brother Dcp-t710w Magenta Cart 2 1,122.00 Mmo-2 145 Brother Dcp-t710w Yellow Cart 2 1,122.00 Mmo-2 149 Toner Cartridge And Drum Unit Assemblies (2 Cyan, 2magenta, 2 Yellow)mfc-l8340cdw Cart 6 19,200.00 Macco-6 150 Toner Cartridge And Drum Unit Assemblies (black) Mfc-l8340cdw Cart 3 9,600.00 Macco-3 Sub Total Common Computer Devices 152 Memory Card,original Ultra Micro Sd Card,128gb Pcs 2 2,350.00 Mdrrmo-2 153 Flashdrive,otg,32gb Pcs 4 2,800.00 Mdrrmo-4 154 External Hard Drive,1tb Unit 3 12,312.00 Mdrrmo-3 155 Ups,backup Power Supply Unit 6 16,254.00 Mpdo-4,masso-2 156 Keyboard Cleaner And Brush Pcs 4 1,160.00 Mmo-2,mtu-2 158 Anti Virus Sofrtware (including Internet Protection)(avast) Good For 3 Computers Licensed Pcs 2 3,530.00 Meo-2 159 Mouse Optical,usb Connection Pcs 1 295.00 Dilg-1 160 Mouse Pad Pcs 1 100.00 Mnao-1 161 Hard Disk Drive,portable,1tb Pcs 2 6,000.00 Comelec-2 162 Cooling Pad For Laptop,heavy Duty Units 4 4,000.00 Masso-4 163 Projector Screen,pull Down(w/o Stand) 120inches (16:9) Pcs 1 5,000.00 Sbo-1 164 External Cd Drive Pcs 1 2,000.00 Mcro-1 165 Hdmi To Vga Pcs 2 300.00 Mago-2 166 Anti Virus Software,genuine Pcs 4 7,060.00 Mago-4 167 Multi Media Computer Speaker 2.1 Pcs 1 500.00 Mago-1 Sub Total Other Common Supplies 169 Bulb,15w Led Pcs 5 750.00 Bfp-5 170 Powerbank,10000mah, With Type C & Micro Cord Pcs 2 4,000.00 Comelec-2 171 Wallclock 12" (analog Display) Pcs 1 1,000.00 Sbo-1 172 Curtain Rod,steel Pipe ,3/4",354mm Pcs 1 400.00 Sbo-1 173 Curtain Rod,steel Pipe,3/4",365mm Pcs 1 400.00 Sbo-1 174 Curtain Rod,steel Pipe,3/4",385mm Pcs 2 800.00 Sbo-2 175 Curtain Hook,3/4" Pcs 15 3,000.00 Sbo-15 176 Wall Clock Pcs 3 1,500.00 Mswdo-2,mago-1 178 Laser Pointer Wireless Presentation Clicker Pcs 1 1,000.00 Mcro-10 193 Adapter (female Plug)for Three Hole Pcs 4 600.00 Mcro-4 202 Office Swivel Chair With Arms And Wheels Pcs 1 6,000.00 Mbo-1 203 Electric Coffee Boiler/water Heater,8 Liters Capacity 304 Stainless Steel Double Insulation Jug Pcs 1 6,000.00 Masso-1 205 Office Swivel Chair (leather W/ Headrest) Unit 3 15,000.00 Mswdo-3 210 Water & Coffee Boiler,stainless Steel 15liters Set 1 7,000.00 Mto-1 211 Foldable Table,6ft,white ,180cm Length/75cm Width/74cm Height Pcs 10 50,000.00 Mmo-10 212 Monobloc Chair,weave/rattan Type,200kg Capacity Pcs 50 30,000.00 Mmo-50 213 Steel Rack,heavy Duty 5-tier,boltless (storage Rack With Metal Shelving) Set 5 25,000.00 Mmo-5 214 Pot "talyasi" #3 Pcs 1 1,300.00 Sbo-1 215 Cup Enamel Pcs 30 1,800.00 Sbo-30 216 Basin Stainless,b/s Pcs 1 450.00 Sbo-1 217 Table Spoons Dozen 2 500.00 Sbo-2 218 Folding Table B/s Pcs 2 7,000.00 Sbo-2 219 Double Burner Gas Stove Unit 1 2,200.00 Meo-1 220 Solane Tank 11 Kg. W/ Content,hose And Regulator Set 1 4,500.00 Meo-1 221 Plates Retangle Beige Dozen 2 1,100.00 Meo-2 222 Cups Dozen 2 1,040.00 Meo-2 223 Table Spoons Dozen 1 200.00 Meo-1 224 Teaspoon Ddozen 1 140.00 Meo-1 225 Pot (kaldero)#4 Pcs 1 1,100.00 Meo-1 226 Pot (kaldero)#3 Pcs 1 1,480.00 Meo-1 227 Frying Pan #3 (kawali) Pcs 1 650.00 Meo-1 228 Frying Pan #1 (kawali) Pcs 1 900.00 Meo-1 229 Stainless Pot (caserole)24cm Pcs 1 600.00 Meo-1 230 Stainless Pot (caserole)28cm Pcs 1 950.00 Meo-1 231 Bowl Dozen 1 480.00 Meo-1 232 Led Bulb 20watts Pcs 4 1,000.00 Mswdo-4 233 Dish Cabinet Organizer Pcs 1 1,500.00 Mswdo-11 234 Electric Kettle Heavy Duty Pcs 1 1,000.00 Mswdo-11 Sub Total Janitorial Supplies 235 Ajax Cleanser Powder 500grams Tube 15 1,305.00 Mmo(gh)-15 236 Air Freshener 300ml Pcs 2 626.00 Sbo-2 237 Baking Soda 250g Pcs 10 400.00 Mmo(gh)-10 238 Bulb Daylight 48w Pcs 4 1,200.00 Mmo(gh)-4 239 Detergent Soap Powder 1700g,calamansi Pcs 10 2,340.00 Mmo(gh)-5,meo-5 240 Dipper (tabo) Pcs 3 180.00 Mmo(gh)-3 241 Dishwashing Paste W/ Calamansi 420grams Pcs 58 3,364.00 Mmo(gh)-30,meo-5,mdrrmo-18,sbo-5 242 Disinfectant Spray 150g Tubes 19 5,605.00 Meo-10,mswdo-6,sbo-3 243 Doormat Rubberized Pcs 7 1,260.00 Mmo(gh)-5,mdrrmo-2 244 Bleaching Liquid,original,900ml Pcs 25 5,475.00 Mmo(gh)-15,meo-10 245 Bleaching Liquid,color Safe 1l Pcs 17 3,723.00 Bfp-2,mm)(gh)-15 246 Fabric Conditioner 1l Pcs 6 534.00 Mmo(gh)-6 247 Faucet,bras,heavy Duty Pcs 5 2,500.00 Mmo(gh)-5 248 Floorwax,red,1kg Can 5 2,000.00 Mmo(gh)-5 249 Footrugs,cloth Pcs 23 1,495.00 Mm0(gh)-10,mdrrmo-8,sbo-5 250 Gallon 20liters Pcs 2 460.00 Mmo(gh)-2 251 Hand Towel Pcs 28 2,492.00 Mmo(gh)-16,meo-12 252 Handp Soap Liquid 500ml Bottle 12 1,920.00 Mdrrmo-12 253 Hand Soap Cake (bath Soap Family Size) Pcs 11 847.00 Mswdo-11 254 Heavy Duty Tornado Mop Pcs 7 11,529.00 Mmo(gh)-5,meo-2 255 Hand Rubber Gloves (l/m Size) Pair 27 2,079.00 Enru-25,sbo-2 256 Heavy Duty Gas Stove Burner (superkalan) Unit 2 6,000.00 Mmo(gh)-2 257 Ignite Lighter Pcs 5 325.00 Mmo(gh)-5 258 Insect Killer Aerosol Type 600ml Spray Cans 10 5,140.00 Meo-10 259 Gloves Hand,rubberized,medium Pair 5 385.00 Meo-5 260 Lpg Hose W/ Clamp Pcs 4 2,000.00 Mmo(gh)-4 261 Mop W/ Squeezer Heavy Duty Standard Unit 2 972.00 Meo-2 262 Regulator Heavy Duty W/ Gauge Pcs 4 3,480.00 Mmo(gh)-4 263 Cleaner,toilet Bowl And Urinal,1l Pcs 65 16,120.00 Mmo(gh)-45,meo-20 264 Scotchbrite With Foam Pcs 20 1,160.00 Meo-5,mmo(gh)-10,sbo-5 265 Toilet Air Freshener Bottle 5 1,565.00 Sbo-5 266 Toilet Air Freshener Pcs 2 496.00 Sbo-2 268 Soap Hand Liquid Tubes 15 525.00 Meo-15 269 Stainless Steel Scrub Pcs 5 310.00 Mmo(gh)-5 270 Sponge Absorbent Mop Pcs 5 1,000.00 Mmo(gh)-5 271 Soft Broom Pcs 19 3,705.00 Mmo(gh)-5,meo-10,sbo-4 272 Stick Broom Pcs 10 650.00 Bfp-2,mmo(gh)-5,meo-3 273 Toilet Brush Pcs 5 750.00 Mmo(gh)-5 274 Toilet Bowl Cleaner Pcs 10 2,480.00 Meo-5,sbo-5 275 Toilet Deodorant Cake Pcs 8 480.00 Mswdo-8 276 Trash Bag Medium,10s Roll 55 4,125.00 Mto-11,mmo(gh)-10,meo-20,mdrrmo-14 277 Trash Bag(small),black Roll 13 702.00 Mmo(gh)-13 278 Trash Bag (large),black,thick Roll 40 4,520.00 Mtu-10, Mmo(gh)-10, Meo-15,sbo-5 279 Window Mop W/ Foam (8" Foam,4" Handle) Pcs 7 1,750.00 Mmo(gh)-5,sbo-2 280 Yard Mop 118cm Pcs 3 900.00 Mmo(gh)-3 281 Utility Pail W/ Comfrot Grip 24 Liters Pcs 2 600.00 Sbo-2 Sub-total Grand Total: Delivery Of The Goods Is Required By 45 Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet And Inspect The Bidding Documents During 8-12 Am And 1-5 Pm Monday- Friday. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 From The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet, In The Amount Of P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6.the Lgu- Bakun Will Not Hold A Pre-bid Conference For This Contract. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun On Or Before February 24 , 2025, 9:30 Am. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On February 24, 2025, 10:00 Am At The 3rd Floor Municipal Building, Ampusongan, Bakun .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Lgu-bakun Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: John B. Gu Municipal Engineering Office Municipal Hall,ampusongan, Bakun, Benguet 09213004881 Date Of Issue: February 17, 2025 John B. Gu Bac Chairperson
Closing Date24 Feb 2025
Tender AmountPHP 605.5 K (USD 10.4 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.20|wvn|(717) 605-2147|markus.a.hamilton.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||||||||| 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|n39040 - Certifications |n/a |n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| 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 (mar 2025) (deviation 2025-o0003)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Sceduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priori Ies And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluaton Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). \ 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. 1.1.1 Li-soc Item - It Has Been Determined That This Item Falls Within Both The Level I Boundary And The Scope Of Certification (soc) Boundary. 1.1.2 This ;parts Kit; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require testing. 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 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 "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=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b367 | | | |130701|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=mil-prf-9954 | | |d |090416|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=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42| document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;parts Kit For A Size 2 Inch Ball Valve, Consisting Of One Ball, Piece 60l1, On Navsea Drawing 8617511 And Two Mating Seats, Piece 20, On Navsea Drawing 7285297 With Er2640-801x1e1, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;ball - Piece 60l1 On Navsea Drawing 8617511; material - Sae-ams-6931 or centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6. note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3) - Piece 20 On Navsea Drawing 7285297; material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only) item Property Astm Test Method Value (a) Specific Gravity D792 (note 1) 1.50 - 1.57 (b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F) (c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi (d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In (e) Compressive Stress D695 2100 @ 1% Def. (min - Psi) (notes 1 & 5) 11,000 @ 10% Def. (f) Water Absorption D570 .30% Max 24 Hours (g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15 (h) Teflon Fiber Content (note 2) 18 - 23% (i) Dimensional Change (note 4) .7% Max notes: 1. Material Conditioning Prior To Test Is At The Vendor's Option. 2. Teflon Fiber Content - As Certified By Dupont (raw Material). 3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following: A. Diameter 1/32" B. Length 1/8" C. Density 6 Indications Per 100 Sq In 4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified. ^mineral Oil Meets The Specification As Listed Below: description.......................passes U.s.p. Test (usp Xx, P.1143) solubility........................passes U.s.p. Test (usp Xx, P.1143) neutrality........................passes U.s.p. Test (usp Xx, P.532) readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532) limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532) solid Paraffin....................passes U.s.p. Test (usp Xx, P.532) specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900 viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus) flash Point Cleveland Open Cup....420 Deg F (216c) (typical) refractive Index @ 20c (68f)......1.480 (typical) 5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For rejection. 3.3 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 Test item - Each Ball performance - 30 Minutes At ;1050 Psi; With Stem Hole Plugged acceptance - No Weeping, Leakage, Or Permanent Deformation. the Following May Be Substituted By Manufacturers Who Do Not Posess A Hydrostatic Test Fixture: test - Dye Penetrant Inspection item - Each Ball performance - T9074-as-gib-010/271 acceptance - S9074-ar-gib-010a/278 (castings) / Mil-std-2035 (wrought) 3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows: machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation, allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16. clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste. ^ Reference Customer Number Pli00499 When Ordering Wool Pad. ^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process." 3.5 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.6 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 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. 3.10 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. 3.10.1 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. 3.10.2 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/ 3.10.3 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. 3.11 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 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.13 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. 3.13.1 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 ^ 3.14 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. 3.15 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. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.15.2 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'') 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.15.6 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. 3.15.7 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. 3.15.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.15.9 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. 3.15.10 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. 3.15.11 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. 3.15.12 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. 3.16 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. 3.16.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 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. 3.17.2 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. 3.18 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.19 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.19.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.19.2 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. 3.19.3 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. 3.19.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.20.2 Inspection For Completeness And Proper Type. 3.20.3 Verification Of Material Quality Received. 3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.20.6 Identification And Protection From Improper Use Or Disposition. 3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.20.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.22 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The finished Component. 3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.22.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;balls Shall Be Marked In The Air/waterway And Seats To Be Marked On The Outer Cylindrical Surface.; 3.22.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.22.5 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 Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.23 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.23.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As applicable, Of The Material Supplied. 3.23.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.23.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its 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 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.) 3.23.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.23.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.23.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.24 Material Handling - The Written Material Control Process Must Include The Following: 3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.24.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.24.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.25 Receiving Inspection 3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.25.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.26 Discrepancy Reporting 3.26.1 Nonconforming Products 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). 3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.27.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.27.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.28 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. ;- Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs - Feb 24 2012 - Added Appropriate Ut Acceptance Classes - May 15 2012 - Updated Test Method And Note 2 - Jun 14 2012 - Added (properties Specified Below Only) - Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats - Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I - 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 - Oct 05 2006 - Added Configuration Control Definitions ; 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 10.2.2, 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. 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. 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.
Closing Date24 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.20|wvn|717-605-2147|markus.a.hamilton.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||||||||| 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|n39040 - Certifications |n/a |n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| 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 (mar 2025) (deviation 2025-o0003)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Daysafter Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The solicitation. 7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). \ 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 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. drawing Data=7285198 |53711| N| |d|0001 | M|49998|1247552 drawing Data=7286278 |53711| C| |d|0001 | C|49998|0632552 drawing Data=7286651 |53711| D| |d|0001 | D|49998|3035653 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b367 | | | |220401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=mil-prf-9954 | | |d |060416|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=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;parts Kit For A Size 5 Inch Ball Valve, Must Be In Accordance With Naval Sea Systems Commanddrawing 7286651, Consisting Of One Ball, Item 12 And Two Mating Seats, Item 13, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;ball (l1) - Piece 84 Of Drawing 7285198; material - Sae-ams-6931 or centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6. note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3) - Piece 14 Of Drawing 7286278; material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only) item Property Astm Test Method Value (a) Specific Gravity D792 (note 1) 1.50 - 1.57 (b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F) (c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi (d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In (e) Compressive Stress D695 2100 @ 1% Def. (min - Psi) (notes 1 & 5) 11,000 @ 10% Def. (f) Water Absorption D570 .30% Max 24 Hours (g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15 (h) Teflon Fiber Content (note 2) 18 - 23% (i) Dimensional Change (note 4) .7% Max notes: 1. Material Conditioning Prior To Test Is At The Vendor's Option. 2. Teflon Fiber Content - As Certified By Dupont (raw Material). 3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following: A. Diameter 1/32" B. Length 1/8" C. Density 6 Indications Per 100 Sq In 4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified. ^mineral Oil Meets The Specification As Listed Below: description.......................passes U.s.p. Test (usp Xx, P.1143) solubility........................passes U.s.p. Test (usp Xx, P.1143) neutrality........................passes U.s.p. Test (usp Xx, P.532) readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532) limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532) solid Paraffin....................passes U.s.p. Test (usp Xx, P.532) specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900 viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus) flash Point Cleveland Open Cup....420 Deg F (216c) (typical) refractive Index @ 20c (68f)......1.480 (typical) 5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For rejection. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Hydrostatic Test item - Each Ball performance - 30 Minutes At ;1050 Psi; With Stem Hole Plugged acceptance - No Weeping, Leakage, Or Permanent Deformation. the Following May Be Substituted By Manufacturers Who Do Not Posess A Hydrostatic Test Fixture: test - Dye Penetrant Inspection item - Each Ball performance - T9074-as-gib-010/271 acceptance - S9074-ar-gib-010a/278 (castings) / Mil-std-2035 (wrought) test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.5 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows: machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation, allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16. clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste. ^ Reference Customer Number Pli00499 When Ordering Wool Pad. ^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process." 3.6 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay. 3.7 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.8 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 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. 3.10.1 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. 3.10.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.10.3 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. 3.11 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. 3.12 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. 3.13 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. 3.13.1 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 ^ 3.14 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. 3.15 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 When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.15.2 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'') 3.15.3 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-010/248, S9074-ar-gib-010a/278, And the Contract. 3.15.4 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. 3.15.5 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. 3.15.6 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. 3.15.7 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. 3.15.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.15.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.15.10 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. 3.15.11 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 Thateach 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. 3.15.12 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. 3.16 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. 3.16.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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. 3.17.1 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. 3.17.2 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. 3.18 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.19 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.19.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.19.2 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. 3.19.3 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. 3.19.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.20.2 Inspection For Completeness And Proper Type. 3.20.3 Verification Of Material Quality Received. 3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.20.6 Identification And Protection From Improper Use Or Disposition. 3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.20.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.22 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The finished Component. 3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.22.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Waterway And Seats To Be Marked On The Outer Cylindrical Surface.; 3.22.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.22.5 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 Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.23 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.23.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As applicable, Of The Material Supplied. 3.23.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.23.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its 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 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.) 3.23.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.23.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.23.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.24 Material Handling - The Written Material Control Process Must Include The Following: 3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.24.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.24.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.25 Receiving Inspection 3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.25.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.26 Discrepancy Reporting 3.26.1 Nonconforming Products 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). 3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.27.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.27.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.28 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 - Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs - Feb 24 2012 - Added Appropriate Ut Acceptance Classes - May 15 2012 - Updated Test Method And Note 2 - Jun 14 2012 - Added (properties Specified Below Only) - Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - 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 - Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats - Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I - 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 10.2.2, 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. 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 Apr 2025
Tender AmountRefer Documents 

GOV CELESTINO GALLARES MEMORIAL MEDICAL CENTER Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Procurement Of Goods: Supply And Delivery Of Various Medical / Surgical Supplies Under Framework Agreement 1. The Gov. Celestino Gallares Memorial Medical Center, Using A Single-year For A Duration Of One (1) Year Framework Agreement, Through General Appropriations Act/hospital Income Intends To Apply The Sum Of One Hundred Seventy Million Seven Hundred Sixty Thousand Eight Hundred Forty One Pesos And 50/100 Only (php170,760,841.50) Being The Abc To Payments Under The Contract For Ib No. 2025-05-014. Bids Received In Excess Of The Total Cost Per Item Shall Be Automatically Rejected. 2. The Gov. Celestino Gallares Memorial Medical Center Now Invites Bids For Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days After Issuance Of A Call-off Or Any Date As Determined By The Pe. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Gcgmmc Bids And Awards Committee (bac) Office Through Electronic Mail Via Gcgmmc.bacmedsurglabsupplies@gmail.com Or Telephone Call At (038) 411-4868 To 69 Local 286 And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders On May 8 – 28, 2025 From Gcgmmc Google Drive (gcgmmc.bacmedsurglabsupplies@gmail.com) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Cash At The Gcgmmc Cashier Section Or Bank Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcgmmc General Fund Account Number: General Fund Account No. 00-0-00001-780-3 For Bidders Paying Thru Online Transfer Or Bank Deposits, A Successful Transaction/payment Must Be Sent To The Bac’s Official Email Address. Acknowledgement Receipt Will Be Issued In Lieu Of The Official Receipt (coa Circular No. 2021-014 Clause 5.2) As Proof That Payment Is Verified, Confirmed And Received By Gcgmmc. Only Upon The Issuance Of The Acknowledgement Receipt Shall The Bidder Be Granted Access To The Bac Google Drive. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Gov. Celestino Gallares Memorial Medical Center Will Hold A Pre-bid Conference On May 16, 2025 @ 9:00 Am At The Gcgmmc Cloud Lounge, 5/f, 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before May 28, 2025 @ 9:29am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 28, 2025 @ 9:30 Am At The Gcgmmc Hospital Library And Training Hall, 5/f 555 Building, 0053 Miguel Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. No Further Instructions. 11. The Gov. Celestino Gallares Memorial Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Magnolia Marie B. Tiempo Bac Secretariat Bids And Awards Committee (bac) Office Gov. Celestino Gallares Memorial Medical Center 0053, M. Parras St., Poblacion Ii, Tagbilaran City, 6300 Bohol Email: Gcgmmc.bacmedsurglabsupplies@gmail.com Tel. No.: (038) 411-4868 To 69 Local 286 Cel. No.: +63 9171469712 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website Http://www.philgeps.gov.ph Gcgmmc Website Https://www.gcgmh.gov.ph Approved: (sgd) Frederick B. Namoc, Rn, Mpa Bac Chairperson (medical/surgical And Radiology Supplies/laboratory Supplies And Reagents) Noted: (sgd) Miguelito S. Jayoma, Md, Fpcs, Fpsgs, Mhm Medical Center Chief Ii Head Of Procuring Entity (hope) _*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__*__* S/n Unit Item Qty Unit Cost Total Cost Various Medical Supplies Lot 1 1 Box Adhesive Bandage, 100's/box 100 290.00 29,000.00 2 Bot Alcohol 70% Isoprophyl, 500ml 6,000 130.00 780,000.00 3 Box Alcohol Prep Pad 70% Isoprophyl, 100's 6,400 75.00 480,000.00 4 Pc Arm Sling, Adult 600 95.00 57,000.00 5 Pc Arm Sling, Pedia 400 95.00 38,000.00 6 Pc Cannula For Oxygen Nasal Prong - Adult 5,000 30.00 150,000.00 7 Pc Catheter Foley Bag 2way Fr. 08 With Needle-free Port 100 105.00 10,500.00 8 Pc Catheter Foley Bag 2way Fr. 10 With Needle-free Port 200 105.00 21,000.00 9 Pc Catheter Foley Bag 2way Fr. 12 With Needle-free Port 100 95.00 9,500.00 10 Pc Catheter Foley Bag 2way Fr. 14 With Needle-free Port 50 95.00 4,750.00 11 Pc Catheter Foley Bag 2way Fr. 16 With Needle-free Port 3,500 95.00 332,500.00 12 Pc Catheter Foley Bag 2way Fr. 18 With Needle-free Port 50 95.00 4,750.00 13 Pc Catheter Foley Bag 2way Fr. 20 With Needle-free Port 100 95.00 9,500.00 14 Pc Catheter Foley Bag 3way Fr. 18 With Needle-free Port 50 195.00 9,750.00 15 Pc Catheter Foley Bag 3way Fr. 20 With Needle-free Port 50 195.00 9,750.00 16 Pc Catheter Foley Bag 3way Fr. 24 With Needle-free Port 20 195.00 3,900.00 17 Pc Catheter Suction Fr. 08 3,000 15.00 45,000.00 18 Pc Catheter Suction Fr. 10 3,000 15.00 45,000.00 19 Pc Catheter Suction Fr. 12 3,000 15.00 45,000.00 20 Pc Catheter Suction Fr. 14 15,000 15.00 225,000.00 21 Pc Catheter Suction Fr. 16 8,000 15.00 120,000.00 22 Pc Catheter Thoracic Fr. 28 30 500.00 15,000.00 23 Pack Cord Clamp 50’s 50 310.00 15,500.00 24 Pack Cotton Balls 300's 1,000 120.00 120,000.00 25 Pad Decontaminating Mat, 30sheets Per Pad 150 4,250.00 637,500.00 26 Box Gloves Non-sterile, Nitrile, Large, 100's 3,000 260.00 780,000.00 27 Box Gloves Non-sterile, Nitrile, Medium, 100's 3,000 260.00 780,000.00 28 Box Gloves Non-sterile, Nitrile, Small, 100's 3,000 260.00 780,000.00 29 Bot Hydrogen Peroxide 3%, 120ml 500 120.00 60,000.00 30 Box Mask Face Earloop, 50's 6,000 120.00 720,000.00 31 Pc Mask Face N95 Medium 3,000 90.00 270,000.00 32 Pc Mask Face N95 Small 10,000 90.00 900,000.00 33 Pc Mask Oxygen Non-rebreathing, Adult 10,000 95.00 950,000.00 34 Pc Mask Oxygen Non-rebreathing, Pedia 500 95.00 47,500.00 35 Pack Paper Towel At Least 175 Pulls 9,000 50.00 450,000.00 36 Tube Plaster Adhesive 150 3,500.00 525,000.00 37 Roll Plaster Adhesive Zinc Oxide 1.25cm X 5m 1,000 300.00 300,000.00 38 Roll Plaster Adhesive Zinc Oxide 2.5cm X 5m 1,000 400.00 400,000.00 39 Roll Plaster Adhesive Zinc Oxide 5cm X 5m 1,000 610.00 610,000.00 40 Pack Povidone Swab Sticks, 3’s 5,000 65.00 325,000.00 41 Pc Shoe Cover, Ankle Length, Disposable 1,500 4.00 6,000.00 42 Pc Thermometer Digital 1,000 120.00 120,000.00 43 Pc Underpad 1,800 35.00 63,000.00 44 Box Wristlet, Adult (white), 100’s 400 300.00 120,000.00 Sub-total 11,424,400.00 Lot 2 1 Roll Bandage Roller 4inches X 6yards 50 20.00 1,000.00 2 Set Bp Cuff Adult With Inflation Bag 50 500.00 25,000.00 3 Set Bp Cuff Pedia With Inflation Bag 50 500.00 25,000.00 4 Pack Cap Boufant 700 175.00 122,500.00 5 Pc Cervical Brush 300 15.00 4,500.00 6 Pack Cotton Tipped Applicator Individually Packed Sterile 100’s 500 110.00 55,000.00 7 Pc Electrodes, Radioluscent, Adult 13,000 4.00 52,000.00 8 Pc Dressing Paraffin Gauze 10x10cm Sterile Individually Wrapped 1,000 90.00 90,000.00 9 Roll Gauze Absorbent 36x100yd, X-ray Detectable 150 1,500.00 225,000.00 10 Pack Gauze Absorbent, Non-sterile 2x2x12ply, 100’s 800 60.00 48,000.00 11 Pack Gauze Absorbent, Non-sterile 4x4x12ply, 100’s 2,000 300.00 600,000.00 12 Pack Gauze Absorbent, Sterile 2x2x8ply, 1's 15,000 2.00 30,000.00 13 Pack Gauze Absrobent, Sterile 4x4x12ply, X-ray Detectable 5's 45,000 25.00 1,125,000.00 14 Pc Guedal Airway 2 250 20.00 5,000.00 15 Pc Guedal Airway 3 450 20.00 9,000.00 16 Pc Guedal Airway 4 700 20.00 14,000.00 17 Bot Hand Disinfectant, Ethanol And Propan-1-ol, 1l 450 1,200.00 540,000.00 18 Pc Hot Water Bag, With Cloth Wrap 300 120.00 36,000.00 19 Bot Humidifier Oxygen, Sterile Water, 340ml 3,000 200.00 600,000.00 20 Pc Intubating Stylet, Fr. 10 50 50.00 2,500.00 21 Pc Intubating Stylet, Fr. 14 400 50.00 20,000.00 22 Sachet Lubricating Jelly, 0.5 Grams 40,000 5.00 200,000.00 23 Pc Medicine Cup With 30cc Calibration 40,000 1.00 40,000.00 24 Pc Nebulization Kit With Tubing (mask And Nozzle), Adult 2,500 55.00 137,500.00 25 Pc Nebulization Kit With Tubing (mask And Nozzle), Pedia 1,500 55.00 82,500.00 26 Box Needle Microfine Pen G.23 X 4mm 5 1,700.00 8,500.00 27 Bot Polyhexanide Wound Irrigating Solution, 350ml 1,000 950.00 950,000.00 28 Pc Resuscitator Bag Disposable, Silicone With Container, Adult 500 1,500.00 750,000.00 29 Pc Resuscitator Bag Disposable, Silicone With Container, Neonate 150 1,500.00 225,000.00 30 Pc Soothing Wound Gel 3oz 400 1,000.00 400,000.00 31 Box Syringe 1ml (with Or Without Needle), Sterile, Individually Packed Disposable, 100's 400 800.00 320,000.00 32 Box Syringe 3ml No Needle, Sterile, Individually Packed Disposable, 100's 1,000 850.00 850,000.00 33 Box Syringe 5ml No Needle, Sterile, Individually Packed Disposable, 100's 1,000 850.00 850,000.00 34 Box Syringe 10ml No Needle, Sterile, Individually Packed Disposable, 100's 3,000 1,050.00 3,150,000.00 35 Box Syringe 20ml No Needle, Sterile, Individually Packed Disposable, 50's 2,000 1,350.00 2,700,000.00 36 Box Syringe 50-60ml With Or Without Needle, Sterile, Individually Packed Disposable, 25's 1,500 2,000.00 3,000,000.00 37 Box Syringe Disposable Insulin G. 31, 6mm, 100’s 1,000 1,250.00 1,250,000.00 38 Pc Spirometer 50 260.00 13,000.00 39 Pc Tape Measure 100 7.00 700.00 40 Pc Tube Endotracheal Size 6.0, Cuffed 100 65.00 6,500.00 41 Pc Tube Endotracheal Size 6.5, Cuffed 300 65.00 19,500.00 42 Pc Tube Endotracheal Size 8.0, Cuffed 10 65.00 650.00 43 Bot Ultrasound Gel, 250ml 500 50.00 25,000.00 44 Pc Urine Bag, 2000ml Reservoir 5,000 30.00 150,000.00 45 Box Wooden Stick Applicator 1000’s 100 190.00 19,000.00 46 Box Wooden Tongue Depressor Sterile, 100's 100 175.00 17,500.00 Sub-total 18,794,850.00 Lot 3 1 Pc Cadaver Bag Adult 8 Feet 1,000 850.00 850,000.00 Sub-total 850,000.00 Lot 4 1 Pc Thoracostomy Bottle With Tubing 200 1,300.00 260,000.00 2 Pc Tube Duodenal Silicone Fr. 16 2,000 280.00 560,000.00 Sub-total 820,000.00 Lot 5 1 Box Skin Wipe With 2% Chlorhexidine In 70% Alcohol Individual Wrapped Wipe For Cleaning And Disinfection Of Skin 200pcs/box 300 950.00 285,000.00 2 Pc Cohesive Conforming Bandage 06x4cm 500 150.00 75,000.00 3 Pc Cohesive Conforming Bandage 08x4cm 300 160.00 48,000.00 4 Pc Cohesive Conforming Bandage 10x4cm 150 210.00 31,500.00 5 Pc Dressing Film Dressing With Non-adherent Pad 8-10cmx15-20cm 250 100.00 25,000.00 6 Pc Dressing Film Dressing With Non-adherent Pad 5cmx7cm 100 50.00 5,000.00 7 Pc Dressing Film Dressing With Non-adherent Pad 8cmx10cm 100 70.00 7,000.00 8 Pc Tubular Net Bandage D 100 230.00 23,000.00 Sub-total 499,500.00 Lot 6 1 Pack Dressing Pack Contents: Sterile Gauze 4x4x8, 5's: 5 Packs Cotton Balls 3's:1 Pack Plaster Paper Tape 1"x10y: 1 Roll Povidone Iodine 15ml:1bot Cotton Tipped Applicator Sterile:5 Pcs 3,000 350.00 1,050,000.00 2 Kit Cesarean Section Kit- Cloth Bag With A Loop Handle That Contains The Gcgmmc Logo On The Front Side With The Mantra "so Gallares, So Kind" Labeled "cs Kit" On The Back Side. Contents Are Placed Inside The Bag With A Zipper Are The Following: -5 Packs-gauze Sterile 4x4x8ply,5's -6 Pairs Gloves Surgical Sterile Powder-free Latex-sensitive 6.5 -2 Pairs Glove Surgical Sterile Powder-free Latex Sensitive 7.0 -1 Pc Syringe 1ml Luer Lock/slip With Ultra-fine Needle G. 25 X 16mm, With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 3 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 5 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -2 Pcs Syringe 10 Ml Luer Lock/slip With An Ultra-fine Needle With Safety Mechanism Sterile Individually Packed Disposable -1 Pc Foley Bag Catheter 2-way Fr. 16 With Needle-freeport -1 Urine Bag -1 Sterile Cord Clamp -1 Sachet Of Detergent Powder 75 Grams -1 Pc Underpad 400 1,600.00 640,000.00 3 Kit Newborn Kit: 1 - Cloth Bag With Loop Handle That Contains The Gcgmmc Logo Front Side With Mantra "so Gallares, So Kind" Labeled "newborn Kit" On The Back Side Contents Placed Inside The Bag With Zipper 2 - Cotton Balls 1 - Pair Of Gloves Powder-free 6.5 1 - Syringe, 1ml - 1 - Syringe Insulin G.31, 6mm 1 - Infant Reusable Diaper 1 - Digital Thermometer With Calibration Certificate 1 - Baby Bonnet 1,500 750.00 1,125,000.00 Sub-total 2,815,000.00 Lot 7 1 Box Gloves Surgical Sterile Powder-free Hypoallergenic 6.0, 50's 360 1,900.00 684,000.00 2 Box Gloves Surgical Sterile Powder-free Hypoallergenic 6.5, 50's 1,080 1,900.00 2,052,000.00 3 Box Gloves Surgical Sterile Powder-free Hypoallergenic 7.0, 50's 720 1,900.00 1,368,000.00 4 Box Gloves Surgical Sterile Powder-free Hypoallergenic 7.5, 50's 720 1,900.00 1,368,000.00 5 Box Gloves Surgical Sterile Powder-free Hypoallergenic 8.0, 50's 50 1,900.00 95,000.00 Sub-total 5,567,000.00 Lot 8 1 Roll Plaster Paper Tape, 1.25cm X 9.1m 1,000 100.00 100,000.00 2 Roll Plaster Plastic Tape, 2.5cm X 9.1m 500 80.00 40,000.00 3 Roll Plaster Plastic Tape, 5cm X 9.1m 500 160.00 80,000.00 4 Pc Surgical Clipper Blade 1,500 400.00 600,000.00 Sub-total 820,000.00 Lot 9 1 Bot Hand Disinfectant, Propan-2-ol, Propan-1-ol Mecetronium Ethylsulfate, 1l 125 2,000.00 250,000.00 2 Box Injection Pad, 100's 500 600.00 300,000.00 Sub-total 550,000.00 Lot 10 1 Pc Collecting Bottle For Urine/stool With Preferably Red Polyethylene Screw Cap With Label 30,000 15.00 450,000.00 2 Bot Dressing Antiseptic Wound Rinsing Spray 60ml 1,000 370.00 370,000.00 3 Pc Stopcock 3-way Disposable With Extension Tubing 7,800 60.00 468,000.00 Sub-total 1,288,000.00 Lot 11 1 Box Needle Disposable Im G. 16 1" Preferably With Safety Features 100’s 5 250.00 1,250.00 2 Box Needle Disposable Im G. 18 1½” Preferrably With Safety Features 100’s 1,000 250.00 250,000.00 3 Box Needle Disposable Im G. 19 1½” Preferrably With Safety Features 100’s 1,500 250.00 375,000.00 4 Box Needle Disposable Im G. 21 1” With Safety Features 100’s 1,000 250.00 250,000.00 5 Box Needle Disposable Im G. 23 1” With Safety Features 100’s 500 250.00 125,000.00 6 Box Needle Disposable Im G. 26 1” Preferrably With Safety Features 100’s 250 250.00 62,500.00 Sub-total 1,063,750.00 Lot 12 1 Pc Mucus Strap Extractor Fr. 10 400 100.00 40,000.00 2 Pc Mucus Strap Extractor Fr. 14 1,000 120.00 120,000.00 3 Pc Tracheostomy Dressing 500 100.00 50,000.00 4 Pc Urine Meter With Needle Free Sample Port 250 1,500.00 375,000.00 Sub-total 585,000.00 Lot 13 1 Bot Surface Disinfectant Spray 300 1,000.00 300,000.00 2 Pc Suction Liners With Solidifier 2.5l Compatible With Medela Suction Machine 1,000 500.00 500,000.00 Sub-total 800,000.00 Lot 14 1 Pad Ctg Paper 152mmx90mm 300 650.00 195,000.00 2 Pack Ecg Clip On Electrodes 4's 5 2,850.00 14,250.00 3 Pack Ecg Rubber Chest Bulbs With Metal 6's 5 3,600.00 18,000.00 Sub-total 227,250.00 Lot 15 Other Supplies 1 Kit Patient's Kit Contents: 1 Cloth Bag With A Handle In Green With Printed Gcgmmc Logo With Mantra On The Front And Doh Programs At The Back 1-bath Soap, 25 Grams 1-tooth Brush With Hospital Logo 1-210cc Calibrated Drinking Glass With Hospital Logo 1-alcohol 70% Isopropyl 60ml 1-2ply Toilet Paper Roll 1-toothpaste Sachet, 10 Grams 1-digital Thermometer With Plastic Case (to Include Calibrated Certificate Of Thermometer) 1-rubber Slipper Size 8 6,000 450.00 2,700,000.00 Sub-total 2,700,000.00 Anesthesia Supplies Lot 16 1 Pc Anesthesia Breathing Circuit, Adult 1,000 1,300.00 1,300,000.00 2 Pc Anesthesia Breathing Circuit, Neonate 10 1,300.00 13,000.00 Sub-total 1,313,000.00 Lot 17 1 Pc Supraglottic Airway Supreme With Gastric Port Size 1 2 5,000.00 10,000.00 2 Pc Supraglottic Airway Supreme With Gastric Port Size 1.5 2 5,000.00 10,000.00 3 Pc Supraglottic Airway Supreme With Gastric Port Size 2 2 5,000.00 10,000.00 4 Pc Supraglottic Airway Supreme With Gastric Port Size 2.5 2 5,000.00 10,000.00 5 Pc Supraglottic Airway Supreme With Gastric Port Size 3 2 5,000.00 10,000.00 6 Pc Supraglottic Airway Supreme With Gastric Port Size 4 2 5,000.00 10,000.00 7 Pc Supraglottic Airway Supreme With Gastric Port Size 5 2 5,000.00 10,000.00 8 Pc Ultrasound Probe Sterile Condom Cover 5 50.00 250.00 Sub-total 70,250.00 Lot 18 1 Pc Nasal Airway Size 6 2 120.00 240.00 2 Pc Nasal Airway Size 7 2 120.00 240.00 3 Pc Tube Endotracheal Reinforced/armored Size 3.0 5 1,200.00 6,000.00 4 Pc Tube Endotracheal Reinforced/armored Size 3.5 5 1,200.00 6,000.00 5 Pc Tube Endotracheal Reinforced/armored Size 4.0 5 1,200.00 6,000.00 6 Pc Tube Endotracheal Reinforced/armored Size 4.5 5 1,200.00 6,000.00 7 Pc Tube Endotracheal Reinforced/armored Size 6.0 10 1,200.00 12,000.00 8 Pc Tube Endotracheal Reinforced/armored Size 6.5 50 600.00 30,000.00 9 Pc Tube Endotracheal Reinforced/armored Size 7.5 50 600.00 30,000.00 10 Pc Ug Peripheral Nerve Block 5 2,000.00 10,000.00 Sub-total 106,480.00 Lot 19 1 Pc Carbon Dioxide Absorber 6 10,000.00 60,000.00 2 Pc Tube Endotracheal Introducer Bougie Curved Fr. 10 2 3,500.00 7,000.00 3 Pc Tube Endotracheal Introducer Bougie Curved Fr. 14 2 3,500.00 7,000.00 4 Pc Tube Endotracheal Preformed South Size 3.0 2 400.00 800.00 5 Pc Tube Endotracheal Preformed South Size 3.5 2 400.00 800.00 6 Pc Tube Endotracheal Preformed South Size 4.0 2 400.00 800.00 7 Pc Tube Endotracheal Preformed South Size 4.5 2 400.00 800.00 8 Pc Tube Endotracheal Preformed North Size 6.5 2 400.00 800.00 9 Pc Tube Endotracheal Preformed North Size 7.0 2 400.00 800.00 10 Pc Tube Endotracheal Preformed North Size 7.5 2 400.00 800.00 Sub-total 79,600.00 Lot 20 Geriatric Supplies 1 Box Adhesive Silicone Hydrofiber Foam Dressing With Ionic Silver Size 12.5x12.5cm, 10's 20 9,200.00 184,000.00 2 Box Dressing Adhesive Hydrofiber Foam 12.5 X 12.5cm, 10's 20 4,650.00 93,000.00 3 Box Dressing Calcium Alginate 10cmx20cm, 10's 20 2,800.00 56,000.00 4 Box Dressing Hydrocolloid Controlled Gel Formula 10x10cm, 10's 500 1,600.00 800,000.00 5 Box Dressing Hydrocolloid Extra Thin 10x10cm, 10's 500 1,500.00 750,000.00 6 Box Dressing Non-adhesive Hydrofiber Foam 10cm X 10cm, 10's 20 3,500.00 70,000.00 7 Box Dressing Non-adhesive Hydrofiber Foam Dressing Size 8"x8"(20cmx20cm), 5's 40 6,000.00 240,000.00 8 Box Dressing Adhesive Hydrofiber Foam 21x21cm, 5's 40 7,000.00 280,000.00 9 Box Enhanced Hydrofiber Dressing With Ionic Silver And Strengthening Fibre With Antibiofilm Size 2x45 Cm Rope, 5's 40 4,200.00 168,000.00 10 Box Latex Safe Tubular Bandage For Fingers, Toes (approximate Circumference 3"-8"), 10yds 20 750.00 15,000.00 11 Box Latex Safe Tubular Bandage For Hand,elbow, Foot (approximate Circumference 11-16"), 10yds 9m 20 950.00 19,000.00 12 Box Latex Safe Tubular Bandage For Hand,elbow, Foot & Knee (approximate Circumference 11-16"), 10yds 9m 20 950.00 19,000.00 Sub-total 2,694,000.00 Intravenous Supplies Lot 21 1 Pc 0.9% Sodium Chloride In 10ml Syringe, Sterile 9,000 52.00 468,000.00 2 Pc 0.9% Sodium Chloride In 03ml Syringe, Sterile 9,000 42.00 378,000.00 3 Pc 0.9% Sodium Chloride In 05ml Syringe, Sterile 9,000 46.00 414,000.00 4 Pc Iv Splint Neonate 900 45.00 40,500.00 5 Pc Iv Wrist Support Adult Large 500 70.00 35,000.00 6 Pc Iv Wrist Support, Adult-medium 1,000 70.00 70,000.00 7 Pc Iv Wrist Support, Adult-small 1,000 70.00 70,000.00 8 Pc Iv Wrist Support, Pedia-meduim 1,000 60.00 60,000.00 9 Pc Needle-free Port Adaptor Straight Fluid 10,000 85.00 850,000.00 10 Pc Tube Extension Octopus Triple Lumen, At Least 10cm Length With Needle-free Connector 1,500 450.00 675,000.00 11 Pc Tube Extension Set Double Lumen (2-way), 15cm Macrob Ore With Luer Lock Needle-free Split Septum Adapter With Sliding Clamp Latex-free 1,500 290.00 435,000.00 12 Pc Vented Macro Gravity Administration Set With Anti-run Dry And Auto Prime Mechanism With Needle Free Access Y-site Port With Pinch Clamp 10,000 155.00 1,550,000.00 Sub-total 5,045,500.00 Lot 22 1 Pc Blood Transfusion Set 210u Filter, Double Chamber, Airvent Slip Type Gravity 4,500 90.00 405,000.00 2 Pc Platelet Set 500 70.00 35,000.00 3 Pc Tube Extension For Syringe Pump 75cm 1,500 45.00 67,500.00 Sub-total 507,500.00 Lot 23 1 Pc Intravenous Catheter G. 18 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 2 Pc Intravenous Catheter G. 20 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 3 Pc Intravenous Catheter G. 22 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 4 Pc Intravenous Catheter G. 24 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 6,000 75.00 450,000.00 5 Pc Intravenous Catheter G. 26 With Integrated Hard Plastic Safety Clip With Snap Fit Cap Port And Perforated Wing 10,000 75.00 750,000.00 Sub-total 3,450,000.00 Lot 24 1 Pc Iv Starter Kit: 1-pc 70% Isopropyl Alcohol Swab 1-pc Latex-free, Polyisoprene Synthetic Blue Rubber Tourniquet 1-pc Sterile Transparent Dressing 1-pc Intravenous Site Label 1-roll Easy-to-tear Hypoallergenic Plaster 2-pcs 2x2 Inches Sterile Gauze 1-pc Film Dressing 20,000 200.00 4,000,000.00 Sub-total 4,000,000.00 Lot 25 Pc Microset 5,000 145.00 725,000.00 Pc Vial Access Spike 5,000 190.00 950,000.00 Pc Volumetric Set 60 Drip/ml Burette Volume 150ml Gravity Type With Air Vent Needle 240cm Length Dehp Free Tubing Material Luer Lock 10,000 120.00 1,200,000.00 Sub-total 2,875,000.00 Respiratory Therapy Unit Lot 26 1 Pc Air Filter Compatible With Fisher & Paykel Airvo Model 15 5,750.00 86,250.00 2 Kit High Flow Nasal Cannula Adult-large Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 100 11,500.00 1,150,000.00 3 Kit High Flow Nasal Cannula Adult-medium Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 30 11,500.00 345,000.00 4 Kit High Flow Nasal Cannula Adult-small Tube And Chamber Kit Compatible With Fisher & Paykel Airvo Model (contents: Single Heated Circuit, Elbow, Chamber, Nasal Cannula) 60 11,500.00 690,000.00 5 Pc Full Face Mask For Bpap, Vented, Large 10 9,000.00 90,000.00 6 Pc Full Face Mask For Bpap, Vented, Medium 10 9,000.00 90,000.00 7 Pc Full Face Mask For Bpap, Vented, Small 10 9,000.00 90,000.00 8 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Xs 30 9,000.00 270,000.00 9 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Small 100 9,000.00 900,000.00 10 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Medium 100 9,000.00 900,000.00 11 Pc Full-face Mask With Nasogastric Tube Sealing For Non-invasive Ventilation Size Large 100 9,000.00 900,000.00 12 Pc Niv Face Mask Non-vented, Large 100 5,000.00 500,000.00 13 Pc Niv Face Mask Non-vented, Medium 100 5,000.00 500,000.00 14 Pc Niv Face Mask Non-vented, Small 100 5,000.00 500,000.00 Sub-total 7,011,250.00 Lot 27 1 Set Tubing Ventilator Complete Set, Adult Contents: Adult Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 2,400 2,800.00 6,720,000.00 2 Set Tubing Ventilator Complete Set, Neonate Contents: Neonate Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 250 2,800.00 700,000.00 3 Set Tubing Ventilator Complete Set, Pedia Contents: Pedia Breathing Circuit With 2 Water Traps, 2 Bacterial Filters, 1hmef, 1 Disposable Catheter Mount, 1 Auto-fill Chamber, 1 Nebulization Kit 100 2,800.00 280,000.00 4 Single-limb Breathing Circuit Compatible With Zoll Zvent Mri Compatible Transport Ventilator, 12 Ft, Adult 10 5,000.00 50,000.00 5 Single-limb Breathing Circuit Compatible With Zoll Zvent Mri Compatible Transport Ventilator, 12 Ft, Pedia-infant 10 5,000.00 50,000.00 6 Pc Bacterial/viral Filter Compatible With Mechanical Ventilator 2,700 250.00 675,000.00 7 Pc Heated Moisture Exchange Filter With Luer Lock Port And Super Catheter Mount And Elbow 1,200 600.00 720,000.00 Sub-total 9,195,000.00 Lot 28 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-large Compatible With Comed 10 7,000.00 70,000.00 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-medium Compatible With Comed 10 7,000.00 70,000.00 Pc Heated Tube And Humidification Chamber For High Flow Machine Adult-small Compatible With Comed 10 7,000.00 70,000.00 Pc Incentive Spirometer 400 300.00 120,000.00 Sub-total 330,000.00 Operating Room Supplies Lot 29 1 Box Blade Surgical No. 10, 100's 10 500.00 5,000.00 2 Box Blade Surgical No. 11, 100's 30 500.00 15,000.00 3 Box Blade Surgical No. 15, 100's 10 500.00 5,000.00 4 Box Blade Surgical No. 20, 100's 10 500.00 5,000.00 5 Pc Cadexomer Iodine 100% Containing 0.9% Iodine, 3grams 300 950.00 285,000.00 6 Pack Cap Boufant 700 175.00 122,500.00 7 Pc Hemostatic Gelatine Sponge 300 530.00 159,000.00 8 Pc Hemostatic Oxidized Regenerated Cellulose 3 X 4” 150 4,800.00 720,000.00 9 Pc Incise Drape Antimicrobial 13-15 3/4" X 13-16 1/2" 100 1,400.00 140,000.00 10 Pc Incise Drape Antimicrobial 17 3/4-22" X 17-21 5/8" 100 1,900.00 190,000.00 11 Kit Lar Kit 1; Curvilinear Stapler, Cutline Length 51mm, With Parallel Closure And Tissue Retention Pin For Rectal Transection Plus Intraluminal Stapler With Curved Detachable Head, 29mm, Adjustable Close 2 73,000.00 146,000.00 12 Pc Ligating Clip Cartridge Medium-large 6 Clips In1 Cartridge 180 700.00 126,000.00 13 Pc Mesh Polypropylene 15cm X 15cm 20 4,400.00 88,000.00 14 Pc Mesh Polypropylene 30-35cm X 30-35cm 6 12,400.00 74,400.00 15 Pc Mesh Polypropylene 7.5cm X 15cm 20 3,600.00 72,000.00 16 Gal Povidone Antiseptic 10% 75 1,200.00 90,000.00 17 Gal Povidone Cleanser 7.5% 100 1,210.00 121,000.00 18 Pc Topical Skin Adhesive 360 1,250.00 450,000.00 19 Pc Tube Tracheostomy With Inner Cannula No. 8.0, Fenestrated 60 5,200.00 312,000.00 20 Pc Ultrasonic Shear 17cm Length 1 46,000.00 46,000.00 21 Pc Ultrasonic Shear 9cm Length 1 46,000.00 46,000.00 22 Pc Ultrasonic Laparoscopic Shears With Adaptive Tissue Technology And Advance Hemostasis Mode Curved Tip 36cm 6 65,000.00 390,000.00 23 Pack Uterine Pack, X-ray Detectable, 12-16ply, 10’s 5,000 110.00 550,000.00 Sub-total 4,157,900.00 Lot 30 1 Pc Catheter Locking Solution 30% Pre-filled, 5ml 1,000 500.00 500,000.00 2 Pc Catheter Vascular 11-12f X 15-26cm, Curved Duo Split Double Lumen 100 3,500.00 350,000.00 3 Pc Catheter Vascular 11-12f X 15-16cm, Curved Duo Split Double Lumen 100 3,500.00 350,000.00 Sub-total 1,200,000.00 Lot 31 1 Pc Cautery Pad With Solid Gel, Foam Support With At Least 300cm Non Detachable Cable Connector Compatible With Covidien Machine, Neonate 30 600.00 18,000.00 2 Pc Cautery Pad With Solid Gel, Foam Support With At Least 300cm Non Detachable Cable Connector Compatible With Covidien Machine Pedia 50 600.00 30,000.00 3 Pack Laparotomy Pack: (5) Surgical Gown Medium-large Size, (1) Mayo Stand Cover At Least 60x140cm, (1) Square Of Drape With Adhesive At Least 75x90cm, (1) Laparotomy Drape At Least 270x320x330cm, (1) Back Table Cover At Least 150x200cm, (5) Hand Towel At Least 40x40cm, Sterile 750 2,000.00 1,500,000.00 4 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.10x29cm With Safety String Lock 5 6,000.00 30,000.00 5 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.12x29cm With Safety String Lock 5 6,000.00 30,000.00 6 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.14x29cm With Safety String Lock 5 6,000.00 30,000.00 7 Pc Percutaneous Drainage Catheter Pigtail, Drainage Catheter, Set-direct Access Min Pigtail: Fr.8x29cm With Safety String Lock 5 6,000.00 30,000.00 8 Pc Saw Gigli 50 3,800.00 190,000.00 9 Pc Suction Set Poole Drain With Yankeur Tip Suction Handle, With Thumb Control Vent 3,000 560.00 1,680,000.00 10 Pc Skin Stapler, With Stapler Remover Every 50 Pcs 1,000 700.00 700,000.00 11 Pc Ureteral Stent, Standard Double J, Fr.5- 6 24cm 3 6,000.00 18,000.00 Sub-total 4,256,000.00 Lot 32 1 Bot Skin Disinfectant: Propan-2-ol Benzalkonium Chloride, 1 Liter 100 2,000.00 200,000.00 2 Bot Skin Disinfectant: Propan-2-ol Benzalkonium Chloride, 250ml 100 1,500.00 150,000.00 Sub-total 350,000.00 Lot 33 1 Pc Suture, Chromic, 0 37mm 1/2c. Atraumatic 36 460.00 16,560.00 2 Pc Suture, Chromic, 2-0 26mm 1/2c. Atraumatic 36 375.00 13,500.00 3 Pc Suture, Chromic, 3-0 26mm 1/2c. Atraumatic 36 375.00 13,500.00 4 Pc Suture, Chromic, 4-0 17mm 1/2c. Atraumatic 36 375.00 13,500.00 5 Pc Suture, Chromic, 5-0 17mm 1/2c. Atraumatic 36 460.00 16,560.00 Sub-total 73,620.00 Lot 34 1 Pc Suture, Glyconate/polyglycaprone 25/glycomer 631 Absorbable, Monofilament, 4-0, 19mm 3/8c. Cutting Size 72 800.00 57,600.00 2 Pc Suture, Glyconate/polyglycaprone 25/ Glycomer 631 Absorbable, Monofilament, 5-0, 17mm 3/8c. Atraumatic Size 36 800.00 28,800.00 3 Pc Suture, Glyconate/polyglycaprone 25/ Glycomer 631 Absorbable, Monofilament, 5-0, 12-13mm 3/8c. Cutting Size 36 1,000.00 36,000.00 Sub-total 122,400.00 Lot 35 1 Pc Suture, Monofilament Polyamide, 3-0, 19-24mm 3/8c., Cutting 1,224 310.00 379,440.00 Sub-total 379,440.00 Lot 36 1 Pc Suture, Monofilament Polypropylene ±, Polyethylene 5-0, 13mm 1/2c., Atraumatic Or Round Needle, Single Or Double Arm 36 620.00 22,320.00 2 Pc Suture, Monofilament Polypropylene, 6-0, 9-13mm 1/2c., Atraumatic, Single Or Double Arm 36 745.00 26,820.00 Sub-total 49,140.00 Lot 37 1 Pc Suture, Silk, 3-0, 22-26mm 1/2c., Atraumatic Or Round Bodied 144 250.00 36,000.00 2 Pc Suture, Silk, 4-0, 22-26mm 1/2c., Cutting Or Atraumatic Or Round Bodied 36 275.00 9,900.00 Sub-total 45,900.00 Lot 38 1 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 0, 36-37mm 1/2c. Atraumatic 7,200 530.00 3,816,000.00 2 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 3-0, 26mm 1/2c., Atraumatic 3,600 475.00 1,710,000.00 3 Pc Suture, Synthetic Absorbable Polyglycolic/polyglactin, 3-0, 70-75 Cm With 17mm Renal Bypass/ Cardio Vascular 23 36 910.00 32,760.00 4 Pc Suture, Synthetic Absorbable Polyglactin Braided With Triclosan 4-0, 70-75 Cm With 13mm Renal Bypass-2/ Cardio Vascular 22 Needle 36 1,300.00 46,800.00 Sub-total 5,605,560.00 Reprocessing Unit For Medical Devices Lot 39 1 Amp Biological Indicator Compatible With Ethylene Oxide (c2h4o) Machine 250 800.00 200,000.00 2 Pc Bowie And Dick Type Test Pack, 134 Degrees Celsius 3.5minutes 360 420.00 151,200.00 3 Roll External Indicator Tape Compatible With Matachana Plasma (h202) 50 1,700.00 85,000.00 4 Sack Industrial Salt 40 700.00 28,000.00 5 Bot Instrument Lubricant, Paraffin Liquid Of Pharmaceutical Grade, Non-ionic Surfactants 6 4,500.00 27,000.00 6 Pack Internal Chemical Indicator Strip Class 5 For High Temperature Sterilization 50's 150 1,500.00 225,000.00 7 Pack Internal Chemical Indicator Strip For Eo (c2h4o), 50's 6 1,500.00 9,000.00 8 Pack Internal Chemical Indicator Strip For For Plasma (h202), 250's 3 7,500.00 22,500.00 9 Box Pcd -helix + Chemical Strips For H2o2, 250 Units Per Box 2 76,000.00 152,000.00 10 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 75x75cm 3,000 50.00 150,000.00 11 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 100x100cm 3,000 80.00 240,000.00 12 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 120x120cm 3,000 90.00 270,000.00 13 Pc Sterilization Wrap (spunbond Meltdown Spunbond), 150x150 6,000 120.00 720,000.00 14 Bx Tamper Proof Lock With Process Indicator For Steam Sterilization Compatible With Aesculap Rigid Containers, 1000’s 5 50,000.00 250,000.00 Sub-total 2,529,700.00 Lot 40 1 Gal Instrument Disinfectant 0.55%-0.60% Orthophthaldehyde, 5l 150 2,000.00 300,000.00 2 Gal Instrument Detergent Enzymatic 5l 100 3,500.00 350,000.00 Sub-total 650,000.00 Lot 41 1 Pack External Indicator Label Compatible With Aesculap Rigid Container 1000's/pack 6 50,000.00 300,000.00 Sub-total 300,000.00 Lot 42 Neurosurgery Supplies 1 Pc Bipolar Forceps, Adjustable Dissecting Force, Non-stick Bayonet 19-20cm With Solid Silver Tip 0.7mm, Disposable Or Reusable 5 75,000.00 375,000.00 2 Pc Bipolar Forceps, Adjustable Dissecting Force, Non-stick Bayonet 19-20cm With Solid Silver Tip 1.0-1.5mm, Disposable Or Reusable 5 75,000.00 375,000.00 3 Pc Bipolar Forceps, Irrigation Bayonet 19-22cm With Solid Silver Tip 0.5-0.7mm, Disposable Or Reusable 2 75,000.00 150,000.00 4 Pc Bipolar Forceps, Irrigation Bayonet 19-23cm With Solid Silver Tip 1.0-1.5mm, Disposable Or Reusable 2 75,000.00 150,000.00 Sub-total 1,050,000.00 Orthopedic Surgery Lot 43 1 Roll Bandage Elastic 2inches X 5yards 900 40.00 36,000.00 2 Roll Bandage Elastic 4inches X 5yards 1050 55.00 57,750.00 3 Roll Plaster Of Paris 4 X 5yd 1000 130.00 130,000.00 4 Roll Plaster Of Paris 6 X 5yd 600 150.00 90,000.00 5 Roll Wadding Sheet 4inches X 5yards 450 65.00 29,250.00 Sub-total 343,000.00 Lot 44 1 Roll Bandage Esmarch 4 Inches X 2.5meters 10 1,000.00 10,000.00 2 Roll Bandage Esmarch 6 Inches X 2.5meters 10 1,000.00 10,000.00 3 Roll Fibercast 4 Inches 100 500.00 50,000.00 4 Roll Fibercast 6 Inches 100 500.00 50,000.00 Sub-total 120,000.00 Lot 45 1 Pc Suture Anchors 2.9mm 20 2,500.00 50,000.00 2 Pc Suture Anchors 5.0mm 20 2,500.00 50,000.00 3 Pc Suture, Monofilament Polypropylene, 0, 40mm-mayo 2 Needle, 100cm 180 1,000.00 180,000.00 4 Pc Suture, Monofilament Polypropylene, 4, 40mm-mayo 2 Needle, 100cm 180 1,000.00 180,000.00 5 Pc Suture Wire Polyblend Braided With Needle 90 2,000.00 180,000.00 Sub-total 640,000.00 Lot 46 Medical Gases 1 Cyl Medical Grade Compressed Air 2 700.00 1,050.00 2 Cyl Medical Grade Oxygen Refill 32,353 700.00 22,647,100.00 3 Cyl Medical Grade Oxygen Refill For Portable 2,745 700.00 1,921,500.00 Sub-total 24,569,650.00 Lot 47 Hemodialysis Unit Supplies 1 Pc Polysulfone Low Flux Dialyzer: 1.8m2 1,250 916.50 1,145,625.00 2 Pc Polysulfone High Flux Dialyzer: 1.8m2 1,250 933.40 1,166,750.00 3 Pc Av Fistula Needle (arterial): Double Lumen 1,500 22.75 34,125.00 4 Pc Av Fistula Needle (venous): Single Lumen 1,500 22.75 34,125.00 5 Pc Hemobloodlines With Drain Bag 5,000 182.00 910,000.00 6 Cann Premix Solution (bicarbonate Concentrate): 5 Liters In Cannisters 3,600 253.50 912,600.00 7 Gal Disinfectant For The Machine (inside) 30 2,591.55 77,746.50 8 Gal Disinfectant For The Dialyzer 200 4,547.40 909,480.00 9 Sack Industrial Salt 100 455.00 45,500.00 10 Tube Residual Test Strip 100/tube 20 1,154.40 23,088.00 11 Tube Potency Test Strip 100/tube 20 2,598.70 51,974.00 12 Pcs Ultrapure Dialysate Filter 90 9,097.40 818,766.00 13 Pcs Df Filter 30 9,097.40 272,922.00 13 Kit Fistula Kit:1 Pc Syringe Disposable 20 Cc With Needle G21 With Safety Feature, 1 Pair Gloves Surgical Sterile Powder-free Hypoallergenic S 7.0, 1 Pc Dental Bib, 2 Pcs Cherry Balls, 1 Pack Gauze Absorbent Sterile 4x4x8ply 5’, 3pcs Chlorhexidine Prep Pad 6,000 550.00 3,300,000.00 14 Pack Subclavian Catheter On Pack: 1 Pair Nitrile Gloves Medium, 1 Pc Syringe Disposable Without Needle, 1 Pair Gloves Sterile Powder-free Hypoallergenic S7.0, 1 Pc Underpad, 2 Pcs 10cc Syringe Without Needle, 2 Pcs 3cc Syringe Without Needle, 1 Pack Gauze Absorbent, Sterile 4x4x8 Ply 5', 1 Pack Povidone Swab Stick Of 3 1,200 550.00 660,000.00 15 Pack Subclavian Catheter Off Pack: 1 Pair Nitrile Gloves Medium, 1 Pair Gloves Surgical Sterile Powder-free Hypoallergenic 7.0, 1 Pc 10cc Syringe, 1 Pc 3cc Syringe, 1 Pack Gauze Absorbent, Sterile 4x4x8ply 5’, 1 Set Replacement Cap (red And Blue), 1 Set Transparent Film Dress 10cm X 12 Cm 1,200 550.00 660,000.00 Sub-total 11,022,701.50 Lot 48 Respiratory Consumables 1 Set Pedia Ventilator Tubings Set Inclusions: 1 Pedia Breathing Circuit With Water Traps, 2 Bacterial/viral Filters, 1 Hmef, 1 Nebulizing Kit, 1 Auto-feed Chamber, 1 Catheter Mount 150 4,400.00 660,000.00 2 Set Adult Ventilator Tubings Set Inclusions: 1 Adult Breathing Circuit With Water Traps, 2 Bacterial/viral Filters, 1 Hmef, 1 Nebulizing Kit, 1 Catheter Mount, 1 Auto-feed Chamber 4650 4,400.00 20,460,000.00 3 Set Neo Ventilator Tubings Set Inclusions: 1 Neo Breathing Circuit With Water Traps, 2 Bacterial/viral, 1 Nebulizing Kit, 1 Auto-feeder Chamber, 1 Hmef, 1 Catheter Mount 300 4,400.00 1,320,000.00 4 Pc Niv Mask, (non-vented, Large) 175 5,200.00 910,000.00 5 Pc Niv Mask, (non-vented, Medium) 400 5,200.00 2,080,000.00 6 Pc Niv Mask, (non-vented,small) 175 5,200.00 910,000.00 Sub-total 26,340,000.00 Notes: Terms Of Reference: • Supplier Must Lend 10 Units Of Mechanical Ventilators, Free Of Charge • The Supplier Will Provide Necessary Maintenance And Repair Services During The Term Of This Agreement, At No Additional Charge. • The Supplier Shall Be Responsible For Performing Regular Quarterly Maintenance Under Warranty Period And Repair For Parts And Services For Ventilators During The Lending Period And Will Issue Service Report, Ensuring That They Are Kept In Good Working Order. • The Supplier Agrees To Respond To Any Maintenance Or Repair Requests Within 24 Hours Upon Receipt Of Report Or Call Of Notification, Replacement Within 48hours Of Equipment If Reported Defective And Cannot Be Fixed And Shall Prioritize Urgent Requests To Minimize Disruptions To Hospital Operations. • The Supplier Ensures That The Ventilators Are Brand-new, In Good Working Order, And Free From Defects At The Time Of Delivery. • The Supplier Must Provide A Registered Respiratory Therapist Who Is Responsible For Hooking, Cleaning And Daily Rounds At Least Twice Per Shift Check-ups Such As Self-test Or Self-calibration To Ensure The Ventilators Are In Good Working Condition And No Defects Are Present. • The Supplier Must Provide Necessary Training And Support To The Respiratory Therapists. • The Supplier Guarantees A One-year Price Protection For The Consumables, Regardless Of Fluctuations In The Exchange Rate. • All Consumables Must Pass End-user’s Preference. Specs And Inclusion For Mechancal Ventilator: • For Adult And Pedia, Neo (optional) • Not More Than 12” Touch Screen Monitor • Main Unit Must Not Exceed 13 Kg • Turbine Type • Modes: V-ac, V-simv, P-ac, P-simv, Bilevel, Cpap, Prvc, Aprv, Spont • Must Be Capable Of Invasive And Non-invasive Ventilation • Bult-in Nebulization • Manual Breath • Tidal Volume: Minimum Of 20ml, Maximum Of 2000ml • Rr: Minimum Of 1, Maximum Of 80 Per Minute • Fio2: 21%-100% • Peep: 0-35 Cmh2o • Pressure Support: 0-70 Cmh2o • Peak Flow/inspressure: Minimum Of 5, Maximum Of 70 Lpm • Power Supply: Ac 100-240 V, 50hz/60hz • At Least 4 Hours Internal Battery • Inclusions: Trolley/stand, Support Arm, Heater For Humidifier, Extension Cord, Oxygen Hose, Oxygen Gauge Delivery Terms: Within 10 Days Upon Receipt Of Approved Purchase Order Installation: Within 30 Days Lot 49 Occupational Therapy/orthosis Prosthesis Rehab Department 1 Pc Thermoplastic Sheet Perforated/or Non Perforated 3.2mm Thickness. Dimension 60cm X 90cm 50 13,500.00 675,000.00 2 Pc Bka Socket 4 Jaw Adaptor 40 4,980.00 199,200.00 3 Pc Fixed Suspension Strap 15 7,000.00 105,000.00 4 Pc Kt Brace Assembly 50 4,000.00 200,000.00 5 Pc Square Coneyin/yang Four Claws Socket Adpator 1/2- 2 20 5,000.00 100,000.00 Sub-total 1,279,200.00 Physical Therapy Section Supplies S/n Unit Item Qty Unit Cost Total Cost 1 Pack Paraffin Wax (1 Lb) Therapeutic Paraffin Wax Pre-mix; Unscented 18 600.00 10,800.00 2 Pair Es/tens Electrode Lead Wire Electrode Cable Wire For Tens/es/fes Compatible With N607 25 500.00 12,500.00 3 Pack Es/tens Adhesive Pads For Tens/es/fes (4pcs/pack) 300 300.00 90,000.00 4 Pc Hot Packs (cervical) Cervical: 24 Inches Length (60.95 Cm) Reusable, Washable And Latex Free 10 1,500.00 15,000.00 5 Pc Hot Packs (lumbar) Spinal (lumbar): 10 Inches X 18 Inches Reusable, Washable And Latex Free 10 2,000.00 20,000.00 6 Pc Hot Pack Terry Cover Reusable; Washable Foam-filled Terry Cloth. These Covers Are Made From The Traditional , Very Comfortable Terry Weave. 5 Pcs For Cervical Hot Packs; Size: 9"x24"' 5 Pcs For Lumbar Hot Packs; Size: 24"x36" Oversize 10 2,500.00 25,000.00 7 Pc Kinesiology Tape Water Resistant, Breathable, Latex-free And Hypoallergenic Acryllic Adhesive Backing, With Elasticity Similar To Human Skin. Good Quality And Not The Pirated Kind. Color: Beige, Size: 5cmx 4m-5m 15 1,000.00 15,000.00 8 Pc Punch Kinesiology Tape Hypoallergenic; Has A Unique And Patented Hole Pattern Which Improves The Stretch Capacity Of This Tape. Color: Beige Or Any Available Color, Size: 5cm X 5m 6 1,000.00 56000.00 Sub-total 194,300.00 Grand Total 170,760,841.50 ***********************************nothing Follows******************************************
Closing Date28 May 2025
Tender AmountPHP 170.7 Million (USD 3 Million)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.45|wvn|717-605-3353|sylvia.sentz@navy.mil| item Unique Identification And Valuation (mar 2022)|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|||||| inspection/acceptance Point|6||||||| time Of Delivery (june 1997)|20|0001|5|145 Days|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (dec 2018)|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 Dd 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 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(deviation 2020-o0019) (mar 2022))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| small Business Program Representations (sep 2021)|4||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (may 2022)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Was Issued To Update The Poc And Extend Closing. the Quantity Is Hereby Increased To 10. the Offer Due Date Is Hereby Extended To 24 May 2024. \ the Offer Due Date Is Extended To 9 January 2023. \ the Offer Due Date Is Extended To 26 August 2022. 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Drawings Associated With This Solicitation Will Be Made Available On Thesam.gov Website But Will Be Restricted Access Which Needs To Be Approved. Onceaccess Has Been Requested, Interested Vendors Should Email The Poc Listed Onthe Solicitation To Inform Them Of the Request. 3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Governments Acceptance Of The Contractorsssproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In. 5. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (145 Days) delivery Days And Past Performance Will Be Evaluation Factors In Determining Awardee. 6. All Transportation To/from Repair Site Will Be Paid For By The Us Navy. 7. This Contract Utilizes Commercial Asset Visibility (cav). See Clausenavsupwssfa24 For Further Details. 8. Offers Shall Be Submitted As Firm Fixed Price For The Full Repair Effortbased On The Repair Instruction Or Sow. If The Vendor Is Unable To Provide Afirm Fixed Price, A Not-to-exceed Price For The Full Repair Effort Will Beacceptable. If A Not-to-exceed Price Is Offered, The Contractor Shall Have 90days To Complete A Teardown And Evaluation Of The Carcass(es) And Submit Arepair Report And Firm Fixed Price Offer For The Repair. Repair Shall Not Begin Until The Contract Is Definitized. in Addition To The Repair Price, Include The Prices For Cost Of New And Forbeyond Repair (br)/beyond Economic Repair (ber). 9. Include In Estimated/not-to-exceed Repair Price All Costs Associated Withreceipt And Complete Repair Of Material That May Be In Unwhole Condition,missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, Andcav Reporting. Also, Please Provide The following: a. Teardown And Evaluation Rate: b. Rtat: c. Throughput Constraint: d. Induction Expiration Date: 10. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do"rated Order Certified For National Defense Use Under The Defense Prioritiesandallocations System (dpas). See 52.211-14, Notice Of Priority Rating Fornational Defense, Emergency preparedness, And Energy Program Use. 11. This Repair Effort Is Issued Pursuant To Emergency Acquisition Flexibilities. \ 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 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. drawing Data=2640-801x1e1 |53711| A|er |d|0001 | A|49998|6353077 drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180 drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982 drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881 drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692 drawing Data=8617511 |53711| N| |d|0001 | |49998|3447332 document Ref Data=fed-std-h28 | | |b |190424|a| |01| document Ref Data=fed-std-h28 |0020| |b |941221|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b367 | | | |130701|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=mil-prf-9954 | | |d |090416|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=0900-lp-001-7000 | | | |810101|c| |01| 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 Refurbished Material Statement Of Work (repair Sow) - 3.1.1 Inspection - Clean And Determine If Refurbishment Is Possible. At Disassembly, The Contractor Must Record All Identifying Markings Found On The Parts Of Each Assembly. The Contractor Must Maintain Traceability Of These Markings To Each Unit Throughout refurbishment. 3.1.2 Identifying Markings - Part Must Have A Mic (material Identification A And Control) Code, Heat/heat Lot Code, Or Unique Contractor Traceability Number/code That Is Visible On The Part. See Material Traceability In Paragraph 3 (quality Assurance provisions) Of This Contract For Traceability Requirements. The Mic Code Can Consist Of A 2, 3, Or 4 Letter Material Identifier, 4 Or 5 Digit Julian Date, 3 Digit Lot Serial Number, And Certifying Activity Designator (cad) Which Will Be 1 Or 2 Letters; The 4 parts Are Normally Separated By Hyphens; Examples: Tia-3089-30-qq And St-06262-506-a. 3.1.3 Re-useable Parts - - Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), That Are Properly Marked As Identified Above, And That Have Material Certifications Available May Be Utilized As Initially Supplied. Certifications Are Not Required To Be resubmitted By The Contractor. - Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), Are Properly Marked As Identified Above, But Material Certifications Are Not Available At The Contractor's Facility, A Waiver Must Be Submitted In Accordance With waiver/deviation (configuration Control) Requirements Specified Elsewhere In The Contract. 3.1.4 Non-useable Parts - -any Parts Of The Original Assembly That Are Not Properly Marked As Identified Above Must Be Replaced And The Required Certifications Must Be Submitted. - Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be Replaced And The Required Certifications Must Be Submitted. 3.1.5 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;navsea Drawing 845-8617511 For One Ball, Piece 62li And Navsea Drawing 845-7285297 Along With Er2640-801x1e1 For 2 Mating Seats, Piece 22; , Except As amplified Or Modified Herein. This Applies To All "parts Requiring Certification" As Identified Elsewhere In This Contract/purchase Order. 3.1.6 Additional Sow Requirements - ;balls Which Are Not Usable Must Be Dispositioned And New Balls Are Not To Be Manufactured Under This Contract.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;ball - Piece 62li On Navsea Drawing 8617511; material - Sae-ams-6931 or centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6. note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3) - Piece 22 On Navsea Drawing 7285297; material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only) item Property Astm Test Method Value (a) Specific Gravity D792 (note 1) 1.50 - 1.57 (b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F) (c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi (d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In (e) Compressive Stress D695 2100 @ 1% Def. (min - Psi) (notes 1 & 5) 11,000 @ 10% Def. (f) Water Absorption D570 .30% Max 24 Hours (g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15 (h) Teflon Fiber Content (note 2) 18 - 23% (i) Dimensional Change (note 4) .7% Max notes: 1. Material Conditioning Prior To Test Is At The Vendor's Option. 2. Teflon Fiber Content - As Certified By Dupont (raw Material). 3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following: A. Diameter 1/32" B. Length 1/8" C. Density 6 Indications Per 100 Sq In 4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified. ^mineral Oil Meets The Specification As Listed Below: description.......................passes U.s.p. Test (usp Xx, P.1143) solubility........................passes U.s.p. Test (usp Xx, P.1143) neutrality........................passes U.s.p. Test (usp Xx, P.532) readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532) limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532) solid Paraffin....................passes U.s.p. Test (usp Xx, P.532) specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900 viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus) flash Point Cleveland Open Cup....420 Deg F (216c) (typical) refractive Index @ 20c (68f)......1.480 (typical) 5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For rejection. 3.3 ;note Clarification: The Note In Zone 6f Of Drawing 7285297 Is Missing Punctuation That May Cause Misinterpretation That The Slot Is Only Required For Pieces 30 And 33. The Slot Is Required On All Seats On Drawing 7285297. The Note Must Be Punctuated As follows: 1 Slot Locate As Shown R.06 X .03 Deep. See Section 2-6d For Pc 30 & 33 Only.; 3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows: machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation, allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16. clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste. ^ Reference Customer Number Pli00499 When Ordering Wool Pad. ^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process." 3.5 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay. 3.6 ;balls Which Require Reworking Beyond The Limitation Specified Herein Are To Be Dispositioned As Noted Elsewhere In The Contract.; 3.7 ;defects In The Ball Stem Slot Are Acceptable If Backlash Between The Ball And Stem Does Not Exceed 5 Degrees And Defects Do Not Exceed 0.050 In Depth Or C Cover More Than 40% Of The Surface Area.; 3.8 ;ball Outside Diameter May Be Reworked To A Minimum Of 5.113 Inches To Refurbish The Ball Surface To Meet Drawing Requirements And Represents A Relaxation Below The Drawing Dimension. All Other Dimensions Apply.; 3.9 ;seats Are To Be Manufactured And Must Meet The Drawing Stack Height Requirement When Mated With The Refurbished Ball.; 3.10 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On the Drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.11 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.12 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.13 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.13.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.13.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.15 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. 3.15.1 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. 3.15.2 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/ 3.15.3 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. 3.16 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. 3.17 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. 3.18 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. 3.18.1 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 ^ 3.19 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. 3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.19.2 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'') 3.19.3 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. 3.19.4 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. 3.19.5 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. 3.19.6 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. 3.19.7 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. 3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.19.9 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. 3.19.10 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. 3.19.11 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. 3.19.12 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. 3.20 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. 3.20.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.20.2 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. 3.20.3 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. 3.20.4 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. 3.20.5 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. 3.21 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. 3.21.1 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. 3.21.2 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. 3.22 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." 3.23 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. 3.23.1 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. 3.23.2 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. 3.23.3 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. 3.23.4 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. 3.24 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: 3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.24.2 Inspection For Completeness And Proper Type. 3.24.3 Verification Of Material Quality Received. 3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.24.6 Identification And Protection From Improper Use Or Disposition. 3.24.7 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. 3.24.8 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. 3.24.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.25 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. 3.25.1 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. 3.26 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, 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. 3.26.1 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. 3.26.2 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. 3.26.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.; 3.26.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.26.5 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 Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.27 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.27.1 Metallic Material - 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. 3.27.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.27.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its 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 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.) 3.27.4 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. 3.27.5 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. 3.27.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.28 Material Handling - The Written Material Control Process Must Include The Following: 3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.28.3 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. 3.28.4 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. 3.28.5 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. 3.28.6 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. 3.29 Receiving Inspection 3.29.1 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. 3.29.2 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. 3.30 Discrepancy Reporting 3.30.1 Nonconforming Products 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). 3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.31.1 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. 3.31.2 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. 3.31.3 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. 3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.31.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.32 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 - Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs - Feb 24 2012 - Added Appropriate Ut Acceptance Classes - May 15 2012 - Updated Test Method And Note 2 - Jun 14 2012 - Added (properties Specified Below Only) - Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats - Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I - 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 T
Closing Date14 Apr 2025
Tender AmountRefer Documents 

Department Of Education Region Ii Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication 1. The Department Of Education Regional Office Ii, Intends To Apply The Sum Of One Million Seven Hundred Twenty Thousand Thirty-seven Pesos And 71/100 (p 1,720,037.71) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region 2-republication. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Per Lot. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 28 – April 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Of One Thousand Five Hundred Pesos (p 1,500.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On April 4, 2025, 9:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before April 21, 2025 At 9:29 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 21, 2025 At 9:30 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Supply And Delivery Of Various Office And Janitorial Supplies And Equipment For Deped Region Ii Shall Include The Following: No. Unit Item Description/ Book Title Quantity Unit Cost Approved Budget Of The Contract 1 Gallon Alcohol, Ethyl 70%, 1 Gallon, Fda Approved 29 392.80 11,391.17 2 Piece Eraser, Plastic/rubber 14 9.09 127.20 3 Piece Sign Pen, Extra Fine Tip, Black. 0.5mm 96 24.42 2,344.32 4 Piece Sign Pen, Medium Tip, Black 1mm 414 62.92 26,048.88 5 Piece Sign Pen, Extra Fine Tip, Blue 0.5mm 48 24.42 1,172.16 6 Piece Sign Pen, Fine Tip, Blue 0.7mm 86 49.19 4,230.51 7 Piece Sign Pen, Medium Tip, Blue, 1mm 249 62.92 15,667.08 8 Pack Battery, Dry Cell, Size Aa By 4, Super Heavy Duty 90 27.50 2,475.00 9 Pack Battery, Dry Cell, Size Aaa By 4, Super Heavy Duty 90 23.10 2,079.00 10 Piece Broom (walis Tambo), Gross Weight 500 Grams, Diameter Handle:19mm, Length Of Handle: 550 Mm 28 137.28 3,843.84 11 Piece Broom (walis Ting-ting), Standard Size, Made Up Of Matured Coconut Midribs, Grip Material Made Up Of Braided Yantok Or Nylon 21 28.60 600.60 12 Piece Cleaner, Toilet Bowl And Urinal, 900 Ml 84 45.76 3,843.84 13 Bottle Cleanser, Scouring Powder, 350 Grams 62 26.31 1,631.34 14 Pouch Detergent Powder, All Purpose, 1 Kilo 72 59.49 4,283.14 15 Can Disinfectant Spray, Aerosol, 400grms, Fda Approved 50 153.88 7,693.95 16 Bottle Hand Soap, Liquid, 500ml 56 47.25 2,645.72 17 Unit Spin Mop , 360 Degrees, Heavy Duty-big 3 1,650.00 4,950.00 18 Kilo Rags, Round 1 Kilo Per Bundle 48 76.42 3,668.02 19 Pack Scouring Pad, Made Up Of Synthetic Nylon 22 94.19 2,072.25 20 Pack Trashbag, Xxl Size 10 143.00 1,430.00 21 Pack Trashbag, Large Size 28 65.21 1,825.82 22 Pack Trashbag, Xl Size 41 101.82 4,174.46 23 Piece Wastebasket, Made Of Rigid Plastic, Square, Rectangle Or Oval, 8.5 Liters 34 48.05 1,633.63 24 Bottle Ink, For Stamp Pad, Color Violet/black 26 31.67 823.39 25 Piece Philippine National Flag 3' By 5' 20 313.32 6,266.48 26 Piece Flash Drive, 64gb 64 168.01 10,752.90 27 Piece Light-emitting Diode (led) Light Bulb, 7 Watts 40 83.17 3,326.84 28 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 25 226.40 5,660.05 29 Jar Glue, All-purpose, 240 Grms. 77 68.35 5,263.26 30 Box Staple Wire, Heavy Duty (binder Type), 23/13 9 40.04 360.36 31 Piece Staple Wire, Standard 121 26.14 3,162.46 32 Roll Tape, Electrical, Made Up Of Polyvinyl Chloride, 19mm, 16 Meters 10 21.40 213.95 33 Roll Tape, Masking, 24mm, 50 Meters 71 61.25 4,348.61 34 Roll Tape, Packaging, 48 Mm, 50 Meters 54 24.60 1,328.18 35 Roll Tape, Transparent, 24mm, 50 Meters 69 19.45 1,341.91 36 Roll Twine, Plastic, 1 Kilo 15 73.28 1,099.23 37 Piece Ruler, Plastic, 450mm 29 21.92 635.77 38 Piece Blade, For General Purpose Cutter/utility Knife, Length-100m, Width-16mm, Thickness-0.40mm 17 18.01 306.12 39 Piece Binding Ring/comb, Plastic, 32 Mm 6 285.88 1,715.27 40 Box Clip, Backfold, 25mm 40 17.16 686.40 41 Box Clip, Backfold, 32mm 37 36.61 1,354.50 42 Box Clip, Backfold, 50mm 44 66.35 2,919.49 43 Piece Data File Box, Single, With Close Ends, W-12mm, H-230mm, L-400mm 34 160.48 5,456.29 44 Piece Data Folder, With Taglia Horizontal Width-75mm, Height-230mm, Length 380mm, Made Up Of Leatherette Paper 220 91.31 20,088.42 45 Piece Data Folder, With Taglia Vertical 3 Inch A4 2 Holes Metal Clip Folder For Document, Height-12.8”, Width-25” 50 148.50 7,425.00 46 Piece Dater Stamp, Frame-steel And Plastic, 4 Band Date And 12 Year Band, Self-inking Stamp Pad 1 478.45 478.45 47 Box Envelope, Documentary, Legal, 15 1,163.34 17,450.07 48 Box Envelope, Expanding, Plastic, .5mm, L-380mm, W-260mm, Expansion-30mm 31 33.54 1,039.71 49 Box Envelope, Mailing White, Long 70gsm, Front Seal Adhesive 11 475.77 5,233.49 50 Box Envelope, Mailing, With Window, Long, 70 Gsm, Window-plastic, Front Seal Adhesive 1 563.99 563.99 51 Piece Eraser, Felt, For Blackboard/whiteboard, 5" X 2" X 1-5/16" 4 15.93 63.71 52 Box Fastener, Metal .30mm 61 104.10 6,350.34 53 Bundle Folder, Fancy With Slide, A4 10 297.44 2,974.40 54 Pack Folder With Tab, A4, 100's 84 417.56 35,075.04 55 Pack Folder With Tab, Legal, 100's 43 455.31 19,578.42 56 Pack Index Tab, Self Adhesive, Transparent 5 Sets Per Box With 5 Colors-clear, Yellow, Red, Green And Blue 24 74.36 1,784.64 57 Piece Marker, Permanent, Black 89 9.10 809.63 58 Piece Marker, Permanent, Blue 39 9.10 354.78 59 Piece Marker, Permanent, Red 31 9.10 282.01 60 Piece Marker, Whiteboard, Black 68 10.62 721.82 61 Piece Marker, Whiteboard, Blue 40 10.62 424.60 62 Piece Marker, Whiteboard, Red 20 10.62 212.30 63 Piece Pencil Sharpener, Manual Table Mountable Type, With Metal Clamp 21 259.69 5,453.45 64 Piece Puncher, Paper, Heavy Duty, Standard Size 13 169.31 2,201.06 65 Piece Puncher, Two-hole Iron 837xl, Big 6 770.00 4,620.00 66 Box Rubber Band No. 18 5 148.72 743.60 67 Piece Stamp Pad, Felt- Bed Dimension: 60mmx100mm 15 43.91 658.68 68 Pair Scissors, Symmetrical/asymmetrical, Overall Length:160mm, Cutting Blade 70 Mm, Thickness Of Blade, 1.70mm, Length Of Metal Handle,35mm 58 72.07 4,180.18 69 Piece Stapler, Standard Type 66 217.36 14,345.76 70 Piece Stapler, Heavy Duty (binder) 2 762.47 1,524.93 71 Piece Staple Remover, Plier-type 37 51.16 1,892.96 72 Pack Cartolina, Assorted Colors 5 92.09 460.46 73 Pad Notepad, Stick-on, 50mm X 76mm 91 40.77 3,709.71 74 Pad Notepad, Stick-on, 76mm X 100mm 95 65.21 6,194.76 75 Pad Notepad, Stick-on, 76mm X 76mm 38 57.20 2,173.60 76 Ream Paper, Multipurpose A4, 70 Gsm 272 151.51 41,211.81 77 Ream Paper, Multipurpose Legal, 70 Gsm 128 174.80 22,374.53 78 Pad Pad Paper, Ruled, Long 2 38.30 76.60 79 Book Record Book, 300 Pages, White Bond, Non-blot. Machine Pre-numbered Pages, Weight. 55 Gsm (-5%), Thickness. 0.07 Mm 17 100.87 1,714.79 80 Book Record Book, 500 Pages, 214mm X 278mm 13 137.02 1,781.21 81 Pack Tissue, Interfolded Paper Towel 73 37.18 2,714.14 82 Bottle Hand Sanitizer, 500 Ml, Scented In Gel, Fda Approved 80 93.59 7,487.04 83 Can Insecticide, Aerosol Water Based 600ml, Fda Approved 44 282.28 12,420.41 84 Book Handbook On Philippine Government Procurement (ra 9184 And Its Irr) 1 40.93 40.93 85 Piece Ballpen, Ballpoint, 0.5, Black 382 7.70 2,941.40 86 Pack Sticker Paper , A4 11 95.04 1,045.44 87 Roll Double Sided Tape, 18mm X 10mm 16 35.20 563.20 88 Roll Duct Tape, 48mmx10m (gray) 10 92.00 920.00 89 Pack Photo Paper, A4, Glossy, Semi-gloss, Matte, Or Satin. 7 63.36 443.52 90 Bottle Bleaching Solution, 1000 Ml 7 93.50 654.50 91 Unit White Board 1.5" X 2.5" 1 825.00 825.00 92 Bottle Dishwashing Liquid, 175ml, Pouch Refill 42 104.50 4,389.00 93 Box Plastic Fastener 32 71.50 2,288.00 94 Piece Bond Paper Short, 80 Gsm 6 291.50 1,749.00 95 Pack Push Pin, 100 Pcs. 1 Inch Round Head 11 27.50 302.50 96 Piece Door Mat, Big 28 55.00 1,540.00 97 Ream Glue Stick (paste) 22 G 13 71.50 929.50 98 Pack Deodorant Cake 50 G 44 55.00 2,420.00 99 Piece Disposable Gloves Latex, Large 2 225.50 451.00 100 Piece Manila Paper, Standard Size 6 92.40 554.40 101 Piece Padlock, Heavy Duty, 2 Inches 1 495.00 495.00 102 Piece Glue Gun, Weight: 0.11kg; Length: 22 Cm; Width: 5 Cm; Height: 12 Cm 2 275.00 550.00 103 Unit Keyboard, Standard, Wired 8 385.00 3,080.00 104 Cart Ink Cartridge, Hp Cc640wa (hp680), Black With 5 Years Expiration From The Manufacturing Date 2 968.97 1,937.94 105 Cart Ink Cartridge, Hp Cc643wa (hp680), Tri-color, With 5 Years Expiration From The Manufacturing Date 2 1,152.01 2,304.02 106 Cart Ink Cartridge, Hp F6v26aa (hp60), Tri-color, With 5 Years Expiration From The Manufacturing Date 6 466.75 2,800.51 107 Cart Ink Cartridge, Hp F6v27aa (hp60), Black, With 5 Years Expiration From The Manufacturing Date 10 466.75 4,667.52 108 Bottle Epson Ink 003, Black With 5 Years Expiration From The Manufacturing Date 113 385.00 43,505.00 109 Bottle Epson Ink 003, Magenta With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 110 Bottle Epson Ink 003, Cyan With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 111 Bottle Epson Ink 003, Yellow With 5 Years Expiration From The Manufacturing Date 76 407.00 30,932.00 112 Bottle Epson Ink 103, Black With 5 Years Expiration From The Manufacturing Date 2 300.00 600.00 113 Bottle Epson Ink 103, Magenta With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 114 Bottle Epson Ink 103, Cyan With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 115 Bottle Epson Ink 103, Yellow With 5 Years Expiration From The Manufacturing Date 2 320.00 640.00 116 Bottle Epson Ink 664, Black With 5 Years Expiration From The Manufacturing Date 24 495.00 11,880.00 117 Bottle Epson Ink 664, Magenta With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 118 Bottle Epson Ink 664, Cyan With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 119 Bottle Epson Ink 664, Yellow With 5 Years Expiration From The Manufacturing Date 15 495.00 7,425.00 120 Bottle Epson Ink, 001, Black With 5 Years Expiration From The Manufacturing Date 5 308.00 1,540.00 121 Bottle Epson Ink, 001, Magenta With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 122 Bottle Epson Ink, 001, Cyan With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 123 Bottle Epson Ink, 001, Yellow With 5 Years Expiration From The Manufacturing Date 5 352.00 1,760.00 124 Bottle Brother Ink , Bt D60bk With 5 Years Expiration From The Manufacturing Date 49 550.00 26,950.00 125 Bottle Brother Ink Bt5000, Magenta With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 126 Bottle Brother Ink Bt5000, Cyan With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 127 Bottle Brother Ink Bt5000, Yellow With 5 Years Expiration From The Manufacturing Date 22 605.00 13,310.00 128 Bottle Brother Ink Bt6000, Black With 5 Years Expiration From The Manufacturing Date 2 550.00 1,100.00 129 Bottle Hp Ink Gt53 With 5 Years Expiration From The Manufacturing Date 17 330.00 5,610.00 130 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 131 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 132 Bottle Hp Ink Gt52 With 5 Years Expiration From The Manufacturing Date 7 385.00 2,695.00 133 Bottle Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 550.00 3,850.00 134 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 135 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 136 Cart Canon Ink 790 With 5 Years Expiration From The Manufacturing Date 7 495.00 3,465.00 137 Bottle Epson Ink, 008 Pigment Black With 5 Years Expiration From The Manufacturing Date 2 1,320.00 2,640.00 138 Bottle Epson Ink, 008 Pigment Magenta With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 139 Bottle Epson Ink, 008 Pigment Cyan With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 140 Bottle Epson Ink, 008 Pigment Yellow With 5 Years Expiration From The Manufacturing Date 2 1,100.00 2,200.00 141 Pack Tk-4140 Toner Cartridge For Use And Compatible With Taskalfa 2020, With 2 Years Expiration From The Manufacturing Date 4 4,235.00 16,940.00 142 Pack Colored Paper (assorted), Letter Size, 10 Pcs/pack 3 150.15 450.45 143 Pack Laid Paper, Legal Color Light Green, 90 Gsm 16 71.50 1,144.00 144 Pack Laid Paper, Legal, Color Corn Field, 90 Gsm 5 71.50 357.50 145 Pack Laid Paper, A4, Cream, 90 Gsm 10 57.20 572.00 146 Piece Sign Pen, Fine Tip, Green, .70mm 150 49.50 7,425.00 147 Piece Signing Pen Bxgpn - V10 (broad/large), Blue 22 49.50 1,089.00 148 Piece Signing Pen Bxgpn - V10 (broad/large), Black 22 82.50 1,815.00 149 Pack Brother Tape Cassette, Tze-241 Tape Laminated 15 1,100.00 16,500.00 150 Piece Certificate Holder, 11 X 8 1/2 115 55.00 6,325.00 151 Piece Certificate Frame, A4 50 110.00 5,500.00 152 Piece Glue Stick For Glue Gun,1/2” Or 12mm 15 11.00 165.00 153 Pack Acetate Pvc Binding Cover 200 Microns 0.2 Mm Lct 100 Sheets, A4 10 660.00 6,600.00 154 Bottle Glass And Multi Surface Clearner, 500 Ml 3 165.00 495.00 155 Box Facial Tissue (box), 190 Pupls 2 Ply 8 121.00 968.00 156 Pair Heavy Duty Scissors, Big, Multipurpose 17cm 2 132.00 264.00 157 Piece File Rack Tray Organizer, 3 Layers 3 660.00 1,980.00 Semi-expendable It/office Equipment/furniture 158 Unit Document Scanner, Flatbed, Heavy-duty Specifications: Versatile Flatbed Scanner With Adf; Auto Duplexing, Scan Stacks Of Documents Up To 25 Ppm1; 50-page Adf, 3-year Limited Warranty3 With Advance Exchange, Seamless Integration — Twain/isis Drivers, Scan To Storage Accounts Like Dropbox And More2, And Resolution: 1200 X 1200 Dp 2 33,000.00 66,000.00 159 Unit Multifunction Printer, 3 In 1, Continuous Ink System (cis) 6 19,800.00 118,800.00 160 Unit Multimedia Projector,lumens 4000 Min, Lamp Light 4 Hours Min., 1 Hmdi Output And 1 Vga Output, 1 Audio Jack 3.5mm Mini Jack 1 18,246.80 18,246.80 161 Unit Led Widescreen Monitor, 21.5" 1 12,100.00 12,100.00 162 Unit Uninterruptible Power Supply, 1000va 7 6,050.00 42,350.00 163 Unit External Hard Drive, 1 Tb 8 5,280.00 42,240.00 164 Unit Digital Voice Recorder, Specification: 4.05 × 1.45 × 0.49" And Approximately 1.7 Ozusb, With Built-in Lithium Battery Enables Up To 22 Hours Of Mp3 Recording Time And Recharges Via Usb. A Three-minute Quick Charge Grants One Hour Of Recording Time 3 8,073.08 24,219.23 165 Unit Wireles Presenter Clicker, Specification: Class: 2 Laser Max Output: Less Than 1m W, Wave Length: 640 - 660nm (red Light), Battery Type: 2 Aaa Batteries, Battery Life (laser Pointer): 20 Hrs Maximum, Battery Life (presenter): 1050 Hrs Maximum, Wireless Technology: 2.4 Ghz Wireless Technology, Operating Distance: Approx: 10 M 1 1,760.00 1,760.00 166 Unit • Air Conditioning Unit, Split Type Inverter (dual) 1.5 Hp With Installation, Specification: Cooling Power Consumption, Rated/min(w),1130 / 200 • Heating Consumption Power Rated/min(w), N/a Hvac Type C/o, Indoor Unit Dimension: Wxhxd(mm): 837 X 308 X 189 • Indoor Unit Weight(kg), 8.0 • Indoor Unit Weight(lb.),n/a • Outdoor Unit Dimension: Wxhxd(mm) 717 X 495 X 230 • Outdoor Unit Weight(kg) 21.6, Outdoor Unit Weight(lb.) 47.6, Product Type Wall Mounted, Inverter • Rated Input Voltage (v, Hz) 230, 60, Refrigerant Type R32, Cooling Capacity Max(btu/h), 13500 • Cooling Capacity Rated(hp) 1.5, Cooling Capacity Rated/min(btu/h),12000 / 2200 2 49,500.00 99,000.00 167 Unit Air Conditioned (window Type) 1.5 Hp Inverter With Installation, Specifications: Cooling Airflow Direction Control (left & Right): Manual Airflow Direction Control (up & Down): Manual, Fan Speed: 3 Steps Energy Saving: Active Energy Control: Yes, Product Dimension W X H X D(mm): 600 X 380 X 731 Product Type: Window, Product Weight(kg): 37.0, Product Type Ii: Inverter, Rated Input Voltage(v, Hz): 230, 60, Refrigerant Type: R32, Cooling Capacity Rated(hp): 1.5 1 41,800.00 41,800.00 168 Unit • Water Dispenser, Hot, Cold And Warm, Bottom Load, Specification: Free Standing Water Dispenser, Fast Cooling, Low Noise • Heating: 500w/ Cooling: 85w • Length:31cm Width:31cm Height:104cm 1 13,200.00 13,200.00 169 Unit Paper Shredder, 12 Sheet Micro Cut 2 16,500.00 33,000.00 170 Unit Electric Fan, Stand Type 16"blade, Plastic 19 1,716.00 32,604.00 171 Unit Steel Filing Cabinet, 4 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder-coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade 1 13,200.00 13,200.00 172 Unit Steel Filing Cabinet, Gray (18"x36x"72), Made Up Of Iron Steel, Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 173 Unit Steel Filing Cabinet,iso Beige (18"x36x"72), Made Up Of Iron Steel With 4 Layers 1 13,750.00 13,750.00 174 Unit Swivel Chair, Executive With Massager 6 4,950.00 29,700.00 175 Unit Computer Table With 6 Layers Bond Paper Shelves 1 6,600.00 6,600.00 176 Unit Laptop Battery (hp Elitebook X360 G2) 1 2,500.00 2,500.00 177 Set Desktop Computer (complete Package/set) Desktop Computer With The Following Minimum Specifications: - Microprocessor And Board Bundle: At Least Intel Core I7 13th Generation Or Higher Or Equivalent; On Board Gpu - Network And Wireless Connectivity: Integrated/built-in Wifi, Dual Band Wireless-2.4 Ghz And 5 Ghz, Bluetooth, And Lan Connectivity - Input/ Output Ports: Integrated/ Built-in Usb 3 Type A And C (at Least 4), Rj 45 Ethernet, Hdmi In And Out, Port For Audio And Microphone - Memory: At Least 16gb Ddr4 Or Higher Or Equivalent - Storage: At Least 512gb M.2 Nvme + 512gb Ssd - Display: At Least 27” Led Widescreen Monitor - Peripherals: Wired Keyboard And Mouse (heavy-duty, Silent, Mechanical) - Software: Licensed Genuine Pre-installed Windows 11 Pro, 64-bit With Activated And Updated Windows Defender - Power Supply: At Least 700w Tru-rated (80 Plus) - Warranty: At Least 1-year On All Parts And Services, On-site Next Business Day Service Warranty. - Casing: Micro Atx With Type A And Type C Usb Front Connection - Accessories: Ups At Least 650va, Portable Dvd-rom 3 49,500.00 148,500.00 178 Unit Office Executive Swivel Chair - Ergonomic Design - Heavy Duty - High Back With Head Rest - Contoured Fabric Seat Cushion - Breathable Mesh Back With Lumbar Support - Smooth And Quiet Rolling Feature - Gas Lift For Adjustable Height - 360 Degrees Swivel - Tilt And Single Lock Mechanism - Comfortable Arm Rest - Chrome Base And Nylon Caster 3 7,000.00 21,000.00 179 Unit Split-type Air Conditioner With Remote, Dual Inverter (1 Hp) - At Least 5 Years Warranty On Compressor, Or Higher - At Least 1 Year Warranty On Parts And Labor, Or Higher - At Least 1hp, Or Higher - Digital Inverter Technology - Wireless Remote Control With Timer, Fan, Fan Speed, And Temperature Control. - Cooling Capacity: 12,600kj/h, Or Higher Or Equivalent - Speed Cooling/ Fast Cooling - Filter: Care Filter, Anti Bacteria, Self- Cleaning, Washable - Airflow Direction Control: Up And Down, Left And Right - Refrigerant: R32 (gwp 675) - Energy Efficiency Ratio: At Least 12.06 Kj/hw, Or Equivalent - Energy Efficiency Rating: At Least 5.30 Or Higher Or Equivalent - Rust And Corrosion Protected - Equipped With Several Safety Devices To Protect Its Compressor From Breakdown - Power Requirements: 220-240v/60hz/1p (will Work With Philippines Electrical System) - Installation Included 1 40,000.00 40,000.00 Janitorial Supplies 180 Piece Bathroom Soap, 90 Gms. 25 38.50 962.50 181 Piece Floor Rag, Cotton (big Sizes) 50 55.00 2,750.00 182 Bottle Glass Cleaner W/ Spray 500 Ml. 10 203.50 2,035.00 183 Piece Brim Hat, Big Sizes 5 71.50 357.50 184 Bottle Bleaching Solution 500 Ml. 20 49.50 990.00 185 Meter Tansi, Plastic (for Grasscutter) #300 2 880.00 1,760.00 186 Piece Toilet Deodorant Cake, 99%, 50 Gms. 50 71.50 3,575.00 187 Piece Waste Bin, Plastic With Cover-16 Liters 10 214.50 2,145.00 188 Piece Pail (big)-25 Liters (plastic) 4 385 1,540.00 189 Sachet Fabric Conditioner, Sachet, 8 Ml 50 13.2 660.00 190 Set Recycling Bins(3-colors) Heavy Duty With Wheel, 100 Liters 3 1650 4,950.00 191 Meters Water Hose 1" With Nozzle 50 25 1,250.00 Lighting And Fixtures 189 Piece Bulb Receptacle 10 49.5 495.00 190 Piece Starter For Fluorescent 40 12.1 484.00 191 Piece Led Bulb, 5(9watts), 5(12watts) 10 198 1,980.00 192 Piece Circular Bulb, Led 24watts 25 385 9,625.00 193 Piece Fluorescent Tube (40 Watts) Led Daylight 20 203.5 4,070.00 194 Piece Male Plugs, Rubber 10 71.50 715.00 195 Piece Extension Cord 7 Meters-3 Gang With Gound Hole And Switch, Heavy Duty 13 880.00 11,440.00 Water Maintenance Supplies And Materials 196 Piece Union Patente Pvc 1 1/2 10 93.50 935.00 197 Can Pvc Solvent Cement, 200 Ml 5 187.00 935.00 198 Box Tox , 6 Mm 1 181.50 181.50 199 Piece Goose Neck Faucet, 360 Degree Swivel Spout,stainless 10 495.00 4,950.00 200 Box Screw 1 1/2", 100 Pcs 1 715.00 715.00 201 Piece Faucet ½”, Stainless 10 176.00 1,760.00 202 Piece G.i. Pipe, 1" Dia. 5 1,320.00 6,600.00 203 Piece Tape, Teflon, 10 Meters 10 27.50 275.00 204 Kilo Tie Wire, Ga 16 Annealed 5 88.00 440.00 Grand Total P 1,720,037.71 11. The Department Of Education Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marivic A. Somejo Bac Secretariat Chairperson Deped Ro2, Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph March 27, 2025 Florante E. Vergara Director Iii/assistant Region`al Director
Closing Date21 Apr 2025
Tender AmountPHP 1.7 Million (USD 30.3 K)
5681-5690 of 5700 archived Tenders