Detergent Tenders

Misamis Occidental Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 887.4 K (USD 15.3 K)
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Procurement Of Common-use Supplies And Equipment (cse) And Non-cse Office Supplies 1. The Municipality Of Calamba, Misamis Occidental, Through The General Fund Intends To Apply The Sum Of Eight Hundred Eighty Seven Thousand Four Hundred Ninety Four Pesos & 60/100 (p887,494.60) Being The Abc To Payments Under The Contract For Procurement Of Common-use Supplies And Equipment (cse) And Non-cse Office Supplies, With The Project Identification Number Lgucal-pb-2025-09. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item# Description Quantity Unit Lot A Abc Of Lot A – 514,655.60 1 Acetate Film, Legal, 100 Sheets/box 1 Box 2 Arch File 3" With 2 Rings A4 15 Piece 3 Archival Box (corbox) 14 Piece 4 Ballpen, 0.5, Black (12pcs/box) 151 Box 5 Ballpen, 0.5, Blue (12pcs/box) 4 Box 6 Ballpen, 0.7, Black (12pcs/box) 15 Box 7 Ballpen, 0.7, Blue (12pcs/box) 2 Box 8 Box Cutter, Heavy Duty, Big 12 Piece 9 Box Cutter Blade Refill, 10pcs/tube 6 Tube 10 Brown Envelope, Long 1224 Piece 11 Brown Envelope, Short 619 Piece 12 Calculator, 12 Digits 14 Unit 13 Calculator Scientific, 12 Digits, 417 Functions 2 Unit 14 Carbon Paper Film, Long, Black 3 Box 15 Certificate Holder, A4 154 Piece 16 Certificate Holder, Legal 12 Piece 17 Certificate Special Paper, Parchment A4 (cream) 94 Pack 18 Certificate Special Paper, Parchment A4 (apple Green Color) 5 Pack 19 Certificate Special Paper, Parchment Legal (cream) 16 Pack 20 Clip Backfold, 25mm(1"), 12pcs/box 23 Box 21 Clip Backfold, 50mm(2"), 12pcs/box 18 Box 22 Columnar Book, 4 Column, 216 X 280mm 10 Piece 23 Columnar Book, 6 Column, 216 X 280mm 10 Piece 24 Cork Board (30" X 40") 1 Piece 25 Cork Board (30" X 60") 3 Piece 26 Correction Pen, Quick Dry, 7ml 11 Piece 27 Correction Tape, 5mm X 12m 209 Piece 28 Data/magazine File Box, Metal, 3 Layer 4 Piece 29 Date Stamp / Dater Up To 2029 (mm/dd/yyyy Format) 5 Piece 30 Display Book/ Clear Book, 80/100 Pockets Long 30 Piece 31 Expanded Envelop,brown, Legal, With Garter 62 Piece 32 Expanded Plastic Envelop With Handle (legal) 6 Piece 33 Folder, Long, Brown 376 Piece 34 Folder, Long, White 1217 Piece 35 Folder, Short, Brown 124 Piece 36 Folder, Short, White 105 Piece 37 Glitter Paper, A4, Assorted Color 13 Pack 38 Glue, All-purpose, 225gms 41 Bottle 39 Glue Gun, Compatible With 1/2" Stick Glue 3 Piece 40 Glue Stick, All-purpose, 20g(minimum) 45 Piece 41 Gun Tacker Staple, Heavy Duty T-50 (1/2 Or 12mm) 3 Piece 42 Gun Tacker Staple Wire 23/8 Staple 5 Box 43 Gun Tacker Staple Wire Y-50 12mm, 1000staple/box 5 Box 44 Highlighter Pen, Green 23 Piece 45 Highlighter Pen, Orange 24 Piece 46 Highlighter Pen, Yellow 40 Piece 47 Index Tabbing, Numbers 14 Packs 48 Mailing Envelope (no Window), Ordinary, White, Short 6 Box 49 Mailing Envelope (no Window), White, Long (25pcs/bundle) 21 Bundle 50 Notebook, 80lvs 10 Piece 51 Paper Clip, Coated, Jumbo 71 Box 52 Paper Clip, Coated, Small 104 Box 53 Paper Fastener, Plastic Coated Metal 18 Box 54 Paper Fastener, Plastic, Long 9 Box 55 Paper Fastener, Plastic. Standard 38 Box 56 Paste Well W/ Spatula, 200g 5 Piece 57 Pencil #2 W/ Eraser 27 Piece 58 Pencil Eraser, Big, White 5 Piece 59 Pencil Sharpener(for No.2 Pencil) 6 Piece 60 Permanent Marker, Broad, Black, 31 Piece 61 Permanent Marker, Fine, Black, 23 Piece 62 Permanent Marker Refill, Black 5 Box 63 Photo Paper, Glossy, 180gsm, A4, 20sheets/pack 42 Pack 64 Philippine National Flag, 3' X 6' Polyester Flag 6 Piece 65 Plastic Envelope, Long 208 Piece 66 Plotter Paper 20" X 50' 1 Roll 67 Puncher, 2 Holes, Heavy Duty, Big 12 Piece 68 Ring Binder, Plastic, Black, 1" X 1.5m, Pcs. 12 Length 69 Ring Binder, Plastic, Black, 2&1/2" X 1.5m, Pcs. 12 Length 70 Ring Binder, Plastic, Black, 2" X 1.5m, Pcs. 12 Length 71 Record Book, 7" X 11.22", 150pages, Standard 7 Piece 72 Record Book, 7" X 11.22", 300pages, Standard 34 Piece 73 Record Book, 7" X 11.22", 500pages, Standard 18 Piece 74 Record Book, Mini (5.5" X 8.5"), 500pages 23 Piece 75 Rubber Band, Big 7 Box 76 Rubber Band, Small 6 Box 77 Ruler 12" X 1.5" 8 Piece 78 Scissors 6.5"/ 6 1/2 35 Piece 79 Scissors 7" Heavy Duty 8 Piece 80 Signpen, 0.3, Black (12pcs/box) 22 Box 81 Signpen, 0.5, Black (12pcs/box) 3 Box 82 Signpen, 0.7, Black (12pcs/box) 16 Box 83 Signpen, 0.7, Black (12pcs/box) 1 Box 84 Signpen, 0.7, Red (12pcs/box) 1 Box 85 Special Paper, Pale Cream, 8.5" X 13", 90gsm 12 Pack 86 Special Paper, Pale Cream, 8.5" X 13", 180gsm 260 Pack 87 Stamp Pad Ink,refill, Violet 30ml 4 Bottle 88 Stamp Pad With Ink, Violet 6 Piece 89 Stamp Pad With Ink, Violet, Big 12 Piece 90 Staple Remover 10 Piece 91 Staple Remover/tucker Remover (plier Type) 4 Piece 92 Stapler #10 18 Piece 93 Stapler #35 16 Piece 94 Stapler W/ Staple Remover, Heavy Duty, #35 16 Piece 95 Stapler, Long Arm (heavy Duty) 12"depth, 25 Sheets Capacity, Durable Metal Stapler 1 Piece 96 Staple Wire, #10-1m, (1000wires/box) 1 Box 97 Staple Wire, #35(26/6), (5000wires/box) 115 Box 98 Stick Glue For Glue Gun, 1/2" 5 Piece 99 Sticker Paper, A4 Glossy, Matte, Printable 5 Pack 100 Sticky Notes, 0.5" X 2.5", Assorted Color (4pads/pack) 25 Pack 101 Sticky Notes, 0.75" X 3", Assorted Color (4pads/pack) 19 Pack 102 Sticky Notes, 1.5" X 3", Assorted Color (4pads/pack) 8 Pack 103 Sticky Notes, 3" X 3" 9 Pads 104 Tape Dispenser, Heavy Duty 3 Piece 105 Tape, Double-sided, Foam Tape , 1" 149 Roll 106 Tape, Masking Tape, 1" X 30m 28 Roll 107 Tape, Masking Tape, 2" X 30m 28 Roll 108 Tape, Packing Tape Brown, 2" X 30m 15 Roll 109 Tape, Scotch, Clear 1" X 30m 56 Roll 110 Tape, Scotch, Clear 2" X 50m 40 Roll 111 Thumbtacks, Brass Plated 4 Box 112 Tucker Remover (plier Type) 2 Piece 113 Type Writter Ribbon Black 5 Piece 114 Us Bondpaper, Multicopy, A3, Sub. 20 6 Ream 115 Us Bondpaper, Multicopy, A4, 70gsm 662 Ream 116 Us Bondpaper, Multicopy, F4b (8.5" X 13") 431 Ream 117 Whiteboard Marker, Black, Fine, 28 Piece 118 Whiteboard Marker, Black, Fine (12pcs/box) 6 Piece 119 Whiteboard Marker, Black, Round 11 Piece 120 Whiteboard Marker Ink Refill, Black, 30ml 4 Bottle 121 Yellow Pad Paper 1 Pads Lot B Abc Of Lot B- 230,735.00 1 Adjustable Projector Tripod Stand 19 Pack 2 Anti-virus, 3in1 8 Pack 3 Brother Ink, Bt6000 Black 9 Pads 4 Brother Ink, Bt5000 Cyan 3 Piece 5 Brother Ink, Bt5000 Yellow 149 Roll 6 Brother Ink, Bt5000 Magenta 28 Roll 7 Brother Ink, Btd60 Black 28 Roll 8 Epson Ink, 001 Black 15 Roll 9 Epson Ink, 001 Cyan 56 Roll 10 Epson Ink, 001 Yellow 40 Roll 11 Epson Ink, 001 Magenta 4 Box 12 Epson Ink, 003 Black 2 Piece 13 Epson Ink, 003 Cyan 5 Piece 14 Epson Ink, 003 Yellow 6 Ream 15 Epson Ink, 003 Magenta 662 Ream 16 Epson Ink, T49k Black 431 Ream 17 Epson Ink, T49k Cyan 28 Piece 18 Epson Ink, T49k Yellow 6 Piece 19 Epson Ink, T49k Magenta 11 Piece 20 Epson Ink, 664 Black 4 Bottle 21 Epson Ink, 664 Cyan 4 Bottle 22 Epson Ink, 664 Yellow 4 Bottle 23 Epson Ink, 664 Magenta 4 Bottle 24 Epson Printer Ribbon Lx-300+ Cartridge 6 Cartridge 25 Epson Printer Ribbon Lq-310 Cartridge 12 Cartridge 26 Epson Printer Ribbon Lq2190 4 Cartridge 27 External Hard Drive, 1tb 1 Unit 28 Hp 682 Ink Catridge Black 10 Cartridge 29 Hp 682 Ink Catridge Colored 10 Cartridge 30 Mouse, Optical, Usb Type Connection 2 Unit 31 Mouse, Wireless 2 Unit 32 Pen Pointer (usb Wireless Powerpoint Laser) 1 Piece 33 Notebook Stand And Cooling Pad Cooling Fan For Laptop, Compatible With 10" - 14" Laptops, 2 Usb Ports 7 Unit 34 Usb 3.0 Hub, 4 Ports 1 Unit 35 Usb 32gb 1 Piece 36 Usb 64gb 15 Piece 37 Usb Otg Flashdrive, 32 Gb 2 In 1 Type C & Micro Usb Stick Pendrive For Android 2 Piece Lot C Abc Of Lot C -127,854.00 1 Air Freshener, 320ml, (lemon) 16 Cannister 2 Bathroom/toilet Cleaner, Multi-purpose, 1l 10 Bottle 3 Battery Aa, Long Lasting (2pcs/pack) 28 Pack 4 Battery Aa, Long Lasting (100pcs/box) 2 Box 5 Battery Aaa, Long Lasting (4pcs/pack) 8 Pack 6 Battery Aaa, Long Lasting (100pcs/box) 1 Box 7 Bleach, 500ml, Original, 99.9% Antibac 3 Bottle 8 Bleach, 1 Liter, Original, 99.9% Antibac 1 Bot 9 Bleach, 1 Gallon, Original, 99.9% Antibac 8 Bot 10 Broom (soft), Tambo 16 Piece 11 Broom (stick), Walis Tingting 13 Piece 12 Cleaning Towel 18 Piece 13 Dishwashing Liquid, 500ml 1 Bot 14 Dishwashing Liquid, 1 Liter 44 Bot 15 Disinfectant Multi-purpose Liquid Bleach, 1 Gallon 7 Bottle 16 Disinfectant Spray 400g 4 Cannister 17 Dust Bin(garbage Can), 25 Liters 5 Piece 18 Dust Pan 7 Piece 19 Fabric Conditioner, 1 Liter 7 Bottle 20 Filer Tray, 3 Layers 1 Piece 21 Floor And Wall Scrub Brush Wooden Long Handle 4 Piece 22 Floor Brush, Long Handle 2 Piece 23 Floor Mop, Spin Mop With Extra Mop Head 3 Set 24 Floor Rug 9 Piece 25 Floor Wax, 355g, Red Dye 9 Cans 26 Furniture Cleaner 2 Piece 27 Garbage Bag, Medium (10bags/roll) 10 Roll 28 Garbage Bag, Large (10bags/roll) 57 Roll 29 Garbage Bag, White, Xl (10bags/roll) 15 Roll 30 Garbage Bag, 21"x 23" (10bags/roll) 30 Roll 31 Garden Gloves 2 Pair 32 Glass Cleaner, 500ml 5 Bottle 33 Glass Cleaner, 500ml, Spray Type 2 Bottle 34 Hand Soap, Liquid, Refill, 1 Liter 22 Bottle 35 Hand Towels, 100% Cotton, 15"x 25" 25 Piece 36 Ice Candy Bag, 1 3/4 X 10", 50 Packs 1 Bundle 37 Multi-purpose Insect Spray, Water Base, 600ml 7 Cannister 38 Muriatic Acid (1gal/bottle) 6 Botte 39 Plastic Cover (thick) 1 Roll 40 Plastic Cover (thin) 1 Roll 41 Rubbing Alcohol, 70%, 500ml 125 Bot 42 Rubbing Alcohol, 70%, 1 Gallon, Ethyl 31 Bot 43 Soap, Bathroom Soap, 60g 14 Piece 44 Soap, Detergent Bar, 135g 13 Bar 45 Soap, Powdered Soap, 1.1 Kg/pack 9 Pack 46 Steel Filling Cabinet 3 Drawer With Safe Vault 1 Unit 47 Steel Filling Cabinet 4 Drawer With Safe Vault 1 Unit 48 Storage Box , 60l Capacity 2 Piece 49 Straw Twine 8 Roll 50 Toilet Deodorant Cake 18 Piece 51 Toilet Paper, 2 Ply (12rolls/pack) 34 Pack 52 Toilet Paper, 3 Ply 50 Roll 53 Wet Wipes, Big, 80sheets/pack 26 Pack 54 Wooden Gavel And Block, 1 Set Lot D Abc Of Lot D - 14,250.00 1 Automatic Floor Polisher, 150w - 220v 1 Unit 2 Sealer Machine, 200/300mm Impulse Heat Sealer, For Polyethylene (pe) And Polypropylene (pp) , Power: 200w, Source: 220v/240v, 50/60hz 1 Unit 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 45 Calendar Days. Bidders Should Have Completed, Within Two (2) 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. 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 The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To February 26, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. The Bidder May Opt To Bid The Whole Project Or By Lot. Below Are The Fees Per Lot. Lot A - P1,000.00 Lot B - P 500.00 Lot C - P 500.00 Lot D - P 500.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 26, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 26, 2025, 2:00 P.m. At The Bac Conference Room, Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10 . The Municipality Of Calamba, Misamis Occidental 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: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 9, 2025 [date Of Issue]

Department Of Agriculture Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 6.2 Million (USD 107.3 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Common-used Office Supplies 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Two Hundred Ninety-four Thousand One Hundred Twenty-two Pesos And Fifty Centavos (php6,294,122.50) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Common-used Office Supplies With Project Identification Number Da-rfo 1-2025-goods-033. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Item No. Specifications Qty. Unit Unit Cost Total Cost 1 Automatic Voltage Regulator (avr), 3000w 4 Unit 5,500.00 22,000.00 2 Battery Charger For Aa & Aaa, With Aa Rechargeable Battery 54 Pc 1,700.00 91,800.00 3 Battery, Aa, Alkaline, 4pcs/pack 132 Pack 90.00 11,880.00 4 Battery, Aa, Rechargeable 2pcs/pack (2450 Mah) 63 Pack 700.00 44,100.00 5 Battery, Aaa, Alkaline 4pcs/pack 141 Pack 120.00 16,920.00 6 Battery, Aaa, Rechargeable 2pcs/pack (800 Mah) 9 Pack 500.00 4,500.00 7 Cfl Bulb 18 Watts 59 Pc 200.00 11,800.00 8 Extension Outlet 4 Gang W/ Switch (1.5m) 18 Unit 950.00 17,100.00 9 Flashlight, Rechargeable 5 Pc 400.00 2,000.00 10 Laser Pointer Presenter 7 Pc 800.00 5,600.00 11 Led, Lightbulb (daylight 9 Watt) 70 Pc 200.00 14,000.00 12 Tape, Electrical, 19mm X 16mm 32 Pc 60.00 1,920.00 13 Universal Extension Wheel (10m) 12 Unit 2,200.00 26,400.00 14 Universal Outlet Extension Cord, 6 Gang W/ Switch, 2-3 Meters Cord Length 17 Unit 1,200.00 20,400.00 15 Alcohol (500ml, Isoprophyl 70%) 343 Bot 110.00 37,730.00 16 Alcohol (gal, Isoprophyl 70%) 46 Gal 600.00 27,600.00 17 Ballpen, 0.5mm, Fine Black 4193 Pc 10.00 41,930.00 18 Ballpen, 0.5mm, Fine Blue 2616 Pc 10.00 26,160.00 19 Ballpen, 0.5mm, Fine Red 139 Pc 10.00 1,390.00 20 Ballpen, 0.7mm, Fine, Black 1188 Pc 12.00 14,256.00 21 Ballpen, 0.7mm, Fine, Blue 1142 Pc 12.00 13,704.00 22 Ballpen, 0.7mm, Fine, Red 50 Pc 12.00 600.00 23 Ballpen, Bp-s Fine, Black 679 Pc 25.00 16,975.00 24 Ballpen, Bp-s Fine, Blue 406 Pc 25.00 10,150.00 25 Ballpen, Bp-s Fine, Red 174 Pc 25.00 4,350.00 26 Bank Envelope (11 X 7 Inch) 75 Pc 3.50 262.50 27 Bond Paper, (11"x17") Tabloid Size, Subs 24 / 80 Gsm 20 Ream 550.00 11,000.00 28 Bond Paper, (8.5x11) Letter, Subs 20 / 70 Gsm 78 Ream 280.00 21,840.00 29 Bond Paper, (8.5x11) Letter, Subs 24 / 80 Gsm 49 Ream 320.00 15,680.00 30 Bond Paper, (8.5x13) Legal, Subs 20 / 70 Gsm 686 Ream 300.00 205,800.00 31 Bond Paper, (8.5x13) Legal, Subs 24 / 80 Gsm 490 Ream 350.00 171,500.00 32 Bond Paper, A3, Subs. 20 / 70 Gsm 50 Ream 465.00 23,250.00 33 Bond Paper, A3, Subs. 24 / 80 Gsm 20 Ream 530.00 10,600.00 34 Bond Paper, A4, Subs 20 / 70 Gsm 904 Ream 290.00 262,160.00 35 Bond Paper, A4, Subs 24 / 80 Gsm 558 Ream 330.00 184,140.00 36 Book Ends, Metal 5 Pair 200.00 1,000.00 37 Carbon Paper, Long 2 Pack 195.00 390.00 38 Cartolina, White, 20pcs/pack 15 Pack 90.00 1,350.00 39 Certificate Holder, A4 Size W/ Plastic Cover 623 Pc 50.00 31,150.00 40 Clear Folder, Morocco Long, Blue 30 Book 22.00 660.00 41 Clear Folder, Morocco Short, Blue 10 Book 20.00 200.00 42 Clearbook Refil, 20 Holes, 10pcs/pack 10 Pack 50.00 500.00 43 Clip Board, Data Board. 8.5"x11" 22 Pc 90.00 1,980.00 44 Clip Board, Data Board. 8.5"x13" 148 Pc 100.00 14,800.00 45 Clip, Bulldog 2" 344 Pc 8.00 2,752.00 46 Clip, Bulldog 3'' 324 Pc 15.00 4,860.00 47 Colored Paper 8 1/2 X 11" 10's/pack 22 Pack 30.00 660.00 48 Colored Paper, A4, Light Blue 37 Ream 200.00 7,400.00 49 Columnar Notebook, 10 Cols 10 Pad 35.00 350.00 50 Columnar Notebook, 12 Cols 18 Pad 35.00 630.00 51 Construction Paper (assorted) 10 Sheets Per Pack 40 Pack 30.00 1,200.00 52 Corkboard, 2x3 Ft 2 Pc 900.00 1,800.00 53 Corkboard, 3ft X 4 Ft 1 Pc 2,000.00 2,000.00 54 Correction Pen 70 Pc 20.00 1,400.00 55 Correction Tape 5mm X 8m 562 Pc 30.00 16,860.00 56 Cotton (500 Grams) 1 Roll 150.00 150.00 57 Crayons, 8 Colors 12 Pack 20.00 240.00 58 Cutter Blade, Big 12 Box 30.00 360.00 59 Cutter, Heavy Duty 46 Pc 100.00 4,600.00 60 Dating And Stamping Machine, Self Inking (dated 2024 And Up) 42 Pc 500.00 21,000.00 61 Envelope, Ordinary, Long Brown 1525 Pc 4.00 6,100.00 62 Envelope, Ordinary, Short Brown 243 Pc 3.00 729.00 63 Eraser (for Pencil) 161 Pc 15.00 2,415.00 64 Expanding Envelope, Kraft, Legal Size 335 Pc 15.00 5,025.00 65 Expanding Envelope, Hard Plastic With Garter (pvc Type), Legal Size 76 Pc 90.00 6,840.00 66 Expanding Envelope, Plastic Long (thick) 230 Pc 35.00 8,050.00 67 Expanding Envelope, Plastic Long With Handle 355 Pc 90.00 31,950.00 68 File Box W/ Cover (blue) 233 Pc 410.00 95,530.00 69 File Box W/ Cover (red) 136 Pc 410.00 55,760.00 70 File Rack, 3 Layers, Heavy Duty 24 Pc 500.00 12,000.00 71 Film Index (with Sign Here Note) 219 Pack 55.00 12,045.00 72 Film Index Rainbow Color 158 Pack 45.00 7,110.00 73 Folder Expanding, Legal Size (green, Glossy) 1574 Pc 18.00 28,332.00 74 Folder Expanding, Short (green, Glossy) 50 Pc 15.00 750.00 75 Folder Long Ordinary, Kraft, Thick 1196 Pc 6.00 7,176.00 76 Folder Long Ordinary, White, Thick 3869 Pc 6.00 23,214.00 77 Folder Plastic Clear W/ Slide (a4) (thick Plastic) 66 Pc 35.00 2,310.00 78 Folder Plastic Clear W/ Slide (legal) (thick Plastic) 178 Pc 40.00 7,120.00 79 Folder, Morocco, Legal (blue) Not Glossy 140 Pc 25.00 3,500.00 80 Folder, Morocco, Legal (green) Not Glossy 92 Pc 25.00 2,300.00 81 Folder, Morocco, Short (blue) Not Glossy 107 Pc 18.00 1,926.00 82 Folder, Morocco, Short (green) Not Glossy 35 Pc 18.00 630.00 83 Glue Gun Heavy Duty Big 8 Pc 360.00 2,880.00 84 Glue Stick, Big 102 Pc 12.00 1,224.00 85 Glue, Multi-purpose 240 Grams 12 Bot 150.00 1,800.00 86 Highlighter, Blue 55 Pc 40.00 2,200.00 87 Highlighter, Green 95 Pc 40.00 3,800.00 88 Highlighter, Orange 83 Pc 40.00 3,320.00 89 Highlighter, Pink 78 Pc 40.00 3,120.00 90 Highlighter, Yellow 91 Pc 40.00 3,640.00 91 I.d. Holder W/ Lace 4"x6" 100 Pc 45.00 4,500.00 92 Illustration Board, 1 Whole 15 Pc 70.00 1,050.00 93 Index Card (3"x5") 50s/pack 24 Pack 45.00 1,080.00 94 Laminating Film A4 Size 100pcs/pack 250 Mic 34 Pack 1,200.00 40,800.00 95 Lead, For Mechanical Pencil 0.5mm 12pc/tube 2 Tube 30.00 60.00 96 Lever Arch File, Blue, File Top, Size: Approx. (11 X 13.5 X 2.5 Inches) 20 Pc 195.00 3,900.00 97 Lever Arch File, Blue, Landscape, Size: Approx. (11 X 13.5 X 2.5 Inches) 40 Pc 195.00 7,800.00 98 Lever Arch File, Blue, Size: Approx. (15.5 X 9.5 X 3 Inches) 45 Pc 195.00 8,775.00 99 Magazine File Box (5"x9"x15-3/4") 60 Pc 110.00 6,600.00 100 Mailing Envelope, White, 500pcs/box 18 B0x 290.00 5,220.00 101 Manila Paper 1 Whole 276 Sheet 5.00 1,380.00 102 Marker Permanent Ink Refill 30ml, Black (pilot) 36 Bot 110.00 3,960.00 103 Marker Permanent Ink Refill 30ml, Blue (pilot) 32 Bot 110.00 3,520.00 104 Notebook (80 Leaves) 1040 Pc 45.00 46,800.00 105 Official Record Book (300 Pages) Aprox. Size: (8.5 X 11) 73 Book 250.00 18,250.00 106 Official Record Book (500 Pages) Aprox. Size: (8.5 X 11) 100 Book 280.00 28,000.00 107 Paper Cutter With Board, Wood Base, 12x15 3 Unit 1,200.00 3,600.00 108 Paper Cutter,steel Base W/ Ruler & Presser 15'x12' 1 Unit 2,000.00 2,000.00 109 Paper Fastener (plastic) 100 Box 40.00 4,000.00 110 Paper Fastener, (metal) 207 Box 70.00 14,490.00 111 Paper, Ruled Pad, 90 Leaves (yellow Pad) 35 Pad 45.00 1,575.00 112 Parchment Paper, Long, 10sheets/pack (cream) 48 Pack 35.00 1,680.00 113 Parchment Paper, Short, 10sheets/pack (cream) 58 Pack 30.00 1,740.00 114 Paste With Applicator, 200 Grams 4 Jar 80.00 320.00 115 Pencil With Eraser No.2 (12pcs/box) 212 Box 72.00 15,264.00 116 Pencil, Mechanical, 0.5mm Lead 56 Pc 47.75 2,674.00 117 Permanent Marker (black) (bullet Type) (super Color Marker) 225 Pc 45.00 10,125.00 118 Permanent Marker (black) (chisel Type) (super Color Marker) 174 Pc 55.00 9,570.00 119 Permanent Marker (blue) (bullet Type) (super Color Marker) 195 Pc 45.00 8,775.00 120 Permanent Marker (blue) (chisel Type) (super Color Marker) 117 Pc 55.00 6,435.00 121 Permanent Marker (red) (bullet Type) (super Color Marker) 57 Pc 45.00 2,565.00 122 Permanent Marker (red) (chisel Type) (super Color Marker) 70 Pc 55.00 3,850.00 123 Philippine National Flag, Size: 90cm X 150cm 12 Pc 102.00 1,224.00 124 Photo Paper, Glossy, A4, 20pcs/pack 67 Pack 150.00 10,050.00 125 Plastic Twine, One Kilo Per Roll 18 Roll 80.00 1,440.00 126 Puncher, Heavy Duty, 2 Holes 12 Unit 200.00 2,400.00 127 Push Pin, Hammer Head Type, Assorted Colors, 100s/box 13 Box 50.00 650.00 128 Ring Binder, 1" 5 Pc 45.00 225.00 129 Ring Binder, 1/2 " 5 Pc 20.00 100.00 130 Rotary Pencil Sharpener 2 Pc 300.00 600.00 131 Rubber Band, Large Size 15 Box 150.00 2,250.00 132 Ruler Metal 12 Inch 9 Pc 50.00 450.00 133 Ruler Plastic 12 Inch 5 Pc 20.00 100.00 134 Scissors Heavy Duty Big 8" (stainless) 63 Pair 120.00 7,560.00 135 Screw Fastener 3" 438 Pc 10.00 4,380.00 136 Screw Fastener 4" 357 Pc 12.00 4,284.00 137 Sign Pen V5, Black 415 Pc 55.00 22,825.00 138 Sign Pen V5, Blue 387 Pc 55.00 21,285.00 139 Sign Pen V5, Green 55 Pc 55.00 3,025.00 140 Sign Pen, 1.0mm, Black 177 Pc 75.00 13,275.00 141 Sign Pen, 1.0mm, Blue 146 Pc 75.00 10,950.00 142 Sign Pen, Black Pentel Gel Type 0.5 539 Pc 95.00 51,205.00 143 Sign Pen, Blue Pentel Gel Type 0.5 400 Pc 95.00 38,000.00 144 Specialty Board, Cream, 8.5x11, 10pcs/pack (b-board) 673 Pack 35.00 23,555.00 145 Specialty Board, Cream, 8.5x13, 10pcs/pack (b-board) 648 Pack 40.00 25,920.00 146 Specialty Board, White, 8.5x11, 10pcs/pack (b-board) 225 Pack 35.00 7,875.00 147 Specialty Board, White, 8.5x13, 10pcs/pack (b-board) 408 Pack 40.00 16,320.00 148 Stamp Pad Ink Black 50ml 13 Pc 45.00 585.00 149 Stamp Pad Ink Red 50ml 4 Pc 45.00 180.00 150 Stamp Pad Ink Violet 50ml 23 Pc 45.00 1,035.00 151 Stamp Pad Standard Size Black 7 Pc 40.00 280.00 152 Stamp Pad Standard Size Violet 4 Pc 40.00 160.00 153 Staple Wire #35 297 Box 40.00 11,880.00 154 Stapler, #35 Heavy Duty With Staple Remover 57 Unit 400.00 22,800.00 155 Stapler, Long Reach Heavy Duty 3 Unit 500.00 1,500.00 156 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack) A4size 75 Pack 95.00 7,125.00 157 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Long 123 Pack 100.00 12,300.00 158 Sticker Paper (high Gloss, Inkjet Friendly 10sheets/pack), Short 55 Pack 90.00 4,950.00 159 Sticky Notes (2"x1.5") 100 Sheets/pad 126 Pad 25.00 3,150.00 160 Sticky Notes (2"x2"), 100 Sheets/pad 141 Pad 30.00 4,230.00 161 Sticky Notes (3"x2"), 100 Sheets/pad 127 Pad 40.00 5,080.00 162 Sticky Notes (3"x3"), 100 Sheets/pad 222 Pad 40.00 8,880.00 163 Sticky Notes (3"x4), 100 Sheets/pad 158 Pad 50.00 7,900.00 164 Sticky Notes (3"x5"), 100 Sheets/pad 215 Pad 50.00 10,750.00 165 Super Glue / Shoe Glue 3 Grams 6 Pc 50.00 300.00 166 Super Permanent Marker, Fine Black (industrial) (sharpie) 35 Pc 90.00 3,150.00 167 Tape Dispenser, Heavy Duty (1") 9 Pc 150.00 1,350.00 168 Tape Double Sided Thin 24mm White 95 Pc 40.00 3,800.00 169 Tape Double Sided Adhesive W/ Foam Green, 2" 94 Roll 230.00 21,620.00 170 Tape Double Sided Adhesive W/ Foam Green, 1" 84 Roll 150.00 12,600.00 171 Tape Duct, Color Blue 2" 62 Roll 110.00 6,820.00 172 Tape Duct, Color Grey 2" 78 Roll 110.00 8,580.00 173 Tape, Masking, 1/2" 47 Roll 21.00 987.00 174 Tape, Masking, 24mm, 1", 100m 95 Roll 35.00 3,325.00 175 Tape, Masking, 48mm, 2", 100m 301 Roll 70.00 21,070.00 176 Tape, Packaging, 48mm, 2", 100m 88 Roll 55.00 4,840.00 177 Tape, Transparent, 24mm, 1", 100m 170 Roll 30.00 5,100.00 178 Tape, Transparent, 48mm, 2", 100m 126 Roll 52.00 6,552.00 179 Tracing Paper, Per Cut, 20x30, 8085 Thick 2 Pc 20.00 40.00 180 Whiteboard, 3ft X 4ft 7 Pc 2,000.00 14,000.00 181 Whiteboard, 5ft X 3ft 6 Pc 2,800.00 16,800.00 182 Air Freshener, 280ml (lemon Fresh) 163 Can 240.00 39,120.00 183 Air Freshener, Scented Gel, 180 Grams 98 Pc 220.00 21,560.00 184 Bathroom Cleaner (approx. 900ml) 29 Bot 300.00 8,700.00 185 Bathroom Soap, 90 Grams 16 Pc 50.00 800.00 186 Bleach Colored 1 Ltr 62 Bot 130.00 8,060.00 187 Bleach White 1 Ltr 63 Bot 100.00 6,300.00 188 Broom, Ceiling, Bamboo 23 Pc 170.00 3,910.00 189 Broom, Soft 5 Pc 170.00 850.00 190 Broom, Stick 14 Pc 40.00 560.00 191 Car Freshener 42 Grams, Organic Canister, Assorted Scent 63 Can 240.00 15,120.00 192 Detergent Bar, Long 12 Bar 80.00 960.00 193 Detergent Powder, W/ Fabric Conditioner 1kg 43 Pack 150.00 6,450.00 194 Dishwashing Liquid (250ml) 402 Bot 70.00 28,140.00 195 Disinfectant Spray, 170g 89 Can 280.00 24,920.00 196 Door Mat, Cloth Rectangle 105 Pc 60.00 6,300.00 197 Dust Pan, Plastic Big 2 Pc 80.00 160.00 198 Fabric Conditioner 800 Ml 14 Bot 250.00 3,500.00 199 Face Towel (cotton), Good Morning 159 Pc 30.00 4,770.00 200 Floor Mop With Bucket (360degrees Rotating Micro Fiber Head) 3 Set 1,500.00 4,500.00 201 Furniture Cleaner, 300ml 32 Can 300.00 9,600.00 202 Garbage Bag, Black, Gusseted Type Thick Plastic, 10's/roll, (small) 55 Roll 70.00 3,850.00 203 Garbage Bag, Black, Thick Plastic, 10's/pack, (large), Heavy Duty 145 Pack 100.00 14,500.00 204 Garbage Bag, Black, Thick Plastic, 10's/pack, (xl) Heavy Duty 37 Pack 130.00 4,810.00 205 Garbage Bag, Black, Thick Plastic, 10's/pack, (xxl) Heavy Duty 239 Pack 150.00 35,850.00 206 Garbage Bag, Black, Thick Platic, 10's/pack, (medium), Heavy Duty 168 Pack 80.00 13,440.00 207 Glass Cleaner, Big Sprayer Type 7 Bot 197.00 1,379.00 208 Glass Squeezer W/ Handle 1 Pc 125.00 125.00 209 Hand Sanitizing Gel, 60ml 15 Bot 60.00 900.00 210 Insecticide Spray (aerosol) 400ml 73 Can 350.00 25,550.00 211 Laundry Brush 4 Pc 30.00 120.00 212 Laundry Gloves (medium) 1 Pc 200.00 200.00 213 Liquid Handwash (antibacterial) 400ml 123 Bot 140.00 17,220.00 214 Microfiber, Cleaning Cloth 35cm X 35cm 47 Pc 60.00 2,820.00 215 Mop W/ Squeezer (squeez Mop) 26 Pc 350.00 9,100.00 216 Pail W/ Cover (16l) 18 Pc 200.00 3,600.00 217 Paper Towel, Interfold 144 Pack 120.00 17,280.00 218 Push Brush (floor Brush) 20 Pc 130.00 2,600.00 219 Scrub Sponge, Heavy Duty 116 Pc 60.00 6,960.00 220 Scrubbing Pads, Heavy Duty 25 Pc 40.00 1,000.00 221 Table Napkin, Pre Folded 13 Pack 100.00 1,300.00 222 Tissue Paper, 2-ply, 12 Rolls/pack 422 Pack 180.00 75,960.00 223 Tissue Paper, 3-ply, @ 4rolls/pack 213 Pack 160.00 34,080.00 224 Toilet Bowl Brush W/ Box 57 Pc 92.00 5,244.00 225 Toilet Bowl Pump 2 Pc 60.00 120.00 226 Toilet Deodorant Cake, 50 Grams 108 Pc 50.00 5,400.00 227 Trash Bin, Plastic W/ Cover, 11l Capacity 6 Pc 150.00 900.00 228 Trash Bin, Plastic W/ Cover, 25l Capacity 1 Pc 250.00 250.00 229 White Facial Tissue (200mmx200mm)2ply 210 Box 110.00 23,100.00 230 Cd Rewritable, 700mb 80min. W/ Case 603 Pc 50.00 30,150.00 231 Dvd-rewritable W/ Case 6 Pc 90.00 540.00 232 External Hard Drive (1 Tb) Usb 3.0 27 Unit 4,700.00 126,900.00 233 External Hard Drive, Ssd (1 Tb) Usb 3.0/type C 15 Unit 6,000.00 90,000.00 234 Flash Drive , Usb 16gb, Plug In Play 3 Pc 490.00 1,470.00 235 Flash Drive, 32gb Ultra Usb Driver (otg); Micro-usb & Usb Connectors 42 Pc 1,300.00 54,600.00 236 Flash Drive, Usb 32 Gb 31 Pc 1,000.00 31,000.00 237 Flash Drive, Usb 64 Gb 119 Pc 1,500.00 178,500.00 238 Hdmi Cable, 10m 5 Pc 600.00 3,000.00 239 Hdmi Cable, 5m 3 Pc 300.00 900.00 240 Keyboard, Usb Type 36 Pc 450.00 16,200.00 241 Keyboard, Wireless 5 Pc 600.00 3,000.00 242 Microsd Memory Card, 32gb 1 Pc 1,000.00 1,000.00 243 Microsd Memory Card, 64gb 2 Pc 1,800.00 3,600.00 244 Mouse Optical, (usb) 15 Pc 300.00 4,500.00 245 Mouse For Laptop, Optical 50 Pc 440.00 22,000.00 246 Mouse Optical, Wireless 21 Pc 630.00 13,230.00 247 Mouse Pad 119 Pc 30.00 3,570.00 248 Powerbank 10000mah 5 Pc 1,500.00 7,500.00 249 Powerbank 20000mah 50 Pc 2,500.00 125,000.00 250 Uninterruptible Power Supply (ups), 500va - 600va 12 Pc 4,500.00 54,000.00 251 Usb Hub, 3.0, 4 Port 5 Pc 500.00 2,500.00 252 Usb Lan Wireless Adapter 8 Unit 1,000.00 8,000.00 253 Wireless Usb Presenter 2 Unit 2,200.00 4,400.00 254 Ink Brother, Bt5000m, Magenta 36 Bottle 490.00 17,640.00 255 Ink Brother, Bt5000m, Yellow 36 Bottle 490.00 17,640.00 256 Ink Brother, Bt5000m, Cyan 41 Bottle 490.00 20,090.00 257 Ink Brother, Bt6000m, Black 30 Bottle 490.00 14,700.00 258 Ink Cartridge, Canon Cl-36, Colored (for Canon Mobile Printer) 13 Cart 1,600.00 20,800.00 259 Ink Cartridge, Canon Cl-811 Colored 3 Cart 2,000.00 6,000.00 260 Ink Cartridge, Canon Pg-35, Black (for Canon Mobile Printer) 10 Cart 1,100.00 11,000.00 261 Ink Cartridge, Canon Pg-810 (canon) 3 Cart 1,900.00 5,700.00 262 Ink Cartridge, Hp62, Black (hp Office Jet 200 Mobile Printer) 5 Cart 1,500.00 7,500.00 263 Ink Cartridge, Hp62, Tricolor (hp Office Jet 200 Mobile Printer) 5 Cart 1,800.00 9,000.00 264 Ink, Hp Gt 51 Black 2 Bottle 400.00 800.00 265 Ink, Hp Gt 52 Cyan 2 Bottle 400.00 800.00 266 Ink, Hp Gt 52 Magenta 2 Bottle 400.00 800.00 267 Ink, Hp Gt 52 Yellow 2 Bottle 400.00 800.00 268 Ink Epson T6731 Black (epson) 6 Bottle 800.00 4,800.00 269 Ink Epson T6732 Cyan (epson) 6 Bottle 800.00 4,800.00 270 Ink Epson T6733 Magenta (epson) 6 Bottle 800.00 4,800.00 271 Ink Epson T6734 Yellow (epson) 6 Bottle 800.00 4,800.00 272 Ink Epson T6735, Light Cyan (epson) 3 Bottle 800.00 2,400.00 273 Ink Epson T6736, Light Magenta (epson) 3 Bottle 800.00 2,400.00 274 Ink Epson, T6641, Black 70ml 22 Bottle 450.00 9,900.00 275 Ink Epson, T6642, Cyan 70ml 9 Bottle 450.00 4,050.00 276 Ink Epson, T6643, Magenta 70ml 13 Bottle 450.00 5,850.00 277 Ink Epson, T6644, Yellow 70ml 14 Bottle 450.00 6,300.00 278 Ink Epson, 001, Black 179 Bottle 700.00 125,300.00 279 Ink Epson, 001, Cyan 138 Bottle 600.00 82,800.00 280 Ink Epson, 001, Magenta 138 Bottle 600.00 82,800.00 281 Ink Epson, 001, Yellow 137 Bottle 600.00 82,200.00 282 Ink Epson, 003, Black 679 Bottle 500.00 339,500.00 283 Ink Epson, 003, Cyan 465 Bottle 500.00 232500 284 Ink Epson, 003, Magenta 483 Bottle 500.00 241,500.00 285 Ink Epson, 003, Yellow 451 Bottle 500.00 225500 286 Ink Epson, 008, Black 37 Bottle 1,200.00 44,400.00 287 Ink Epson, 008, Cyan 28 Bottle 900.00 25,200.00 288 Ink Epson, 008, Magenta 29 Bottle 900.00 26,100.00 289 Ink Epson, 008, Yellow 29 Bottle 900.00 26,100.00 290 Toner Cartridge, Fuji Xerox S1810/s2010/s2220/s2420 (ct201911) 3 Cart 5,400.00 16,200.00 291 Toner Cartridge, Fuji Xerox S2011/s2320/s2520 (ct202384) 1 Cart 5,400.00 5,400.00 292 Toner Cartridge, Hp Laserjet P1102, Ce285a (85a) 25 Cart 5,000.00 125,000.00 293 Toner Cartridge, Kyocera (tk 1175) Monochrome 4 Cart 9,500.00 38,000.00 294 Toner Cartridge, Sharp Ar-6026n (mx-238ft) 5 Cart 9,500.00 47,500.00 295 Toner Cartridge, Lexmark (mx321) 2 Cart 10,000.00 20,000.00 296 Hp Color Laserjet Toner 206a, Black 7 Cart 9,500.00 66,500.00 297 Hp Color Laserjet Toner 206a, Cyan 1 Cart 9,500.00 9,500.00 298 Hp Color Laserjet Toner 206a, Magenta 1 Cart 9,500.00 9,500.00 299 Hp Color Laserjet Toner 206a, Yellow 1 Cart 9,500.00 9,500.00 300 Ink Brother Btd60bk 8 Bottle 510.00 4,080.00 301 Certificate Holder, Legal Size W/ Plastic Cover 400 Pc 60.00 24,000.00 302 Specialty Board, Cream, A4 8.2x11.7, 10pcs/pack (b-board) 300 Pack 30.00 9,000.00 303 Specialty Board, White, A4 8.2x11.7, 10pcs/pack (b-board) 105 Pack 30.00 3,150.00 304 Ink Cartridge, Hp 682, Black 3 Cart 550.00 1,650.00 305 Ink Cartridge, Hp 682, Tri-color 3 Cart 550.00 1,650.00 306 Index Card (5"x8") 50s/pack 3 Pack 65.00 195.00 307 Screw Fastener 1" 200 Pc 7.00 1,400.00 308 Screw Fastener 2" 198 Pc 8.00 1,584.00 309 Plastic Fastener (5 Pcs/pack) Double Lock 220 Pack 25.00 5,500.00 310 Notebook, A6 Size, 200 Pages 115 Pc 60.00 6,900.00 311 Notebook, A7 Size, 200 Pages 100 Pc 50.00 5,000.00 312 Usb 3.1 Otg Flashdrive, Type C, 128 Gb 51 Pc 3,000.00 153,000.00 313 Notebook, A5 Size, Soft Leather Cover, 200 Sheets 80 Pc 200.00 16,000.00 314 Gel Ink Sign Pen, 0.4 100 Pc 90.00 9,000.00 315 Gel Ink Sign Pen, 0.3 100 Pc 90.00 9,000.00 316 Toner Cartridge, Fujifilm Apeos 2150 Nda 5 Cart 3,500.00 17,500.00 317 Whiteboard 2ft X 2 Ft 2 Piece 2,000.00 4,000.00 318 Clamp - Stapler Remover 5 Pcs 30.00 150.00 319 Portable Bluetooth/wireless Speaker With Trolley (free Microphone) 1 Unit 6,695.00 6,695.00 320 Dishwashing Liquid Diy Kit, Lemon Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 321 Fabric Conditioner Diy Kit, Sunrise Fresh Scent (for 20 Liters Output) 25 Set 450.00 11,250.00 322 Liquid Handsoap Diy Kit, Antibac Scent (for 15-16 Liters Output) 25 Set 400.00 10,000.00 323 Sack For 50kls Capacity (size: 64cm X 104cm) 76 Pc 15.00 1,140.00 324 Printer Ribbon, Epson Lq 310 2 Cart 250.00 500.00 325 Stackable Storage Box With Cover And Wheels (155l) 3 Pcs 1,100.00 3,300.00 Total 6,294,122.50 Delivery Schedule: Delivery Schedule: Sixty (60) Working Days From Receipt Of Ntp Drop-off Point: Da-rfo 1, City Of San Fernando, La Union Delivery Of The Goods Is Required Within Sixty (60) Working Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 27 January 2025, 3:00 Pm. 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 27 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-033

City Of Cagayan De Oro Tender

Healthcare and Medicine
Philippines
Closing Date3 Jul 2025
Tender AmountPHP 17.2 Million (USD 305 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot 1 To 14); Pr No. 25-2039 Dated May 6, 2025; Sn 76 - 2025 1. The City Government Of Cagayan De Oro, Through The General Fund 2025, Jrbgh - Medical, Dental, & Laboratory Supplies Expenses , Intends To Apply The Following Sums Being The Corresponding Approved Budgets For The Contract (abcs) To Payments Under The Corresponding Lots Of The Contract For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot 1 To 14); Pr No. 25-2039 Dated May 6, 2025; Sn 76 - 2025, Viz: Lot Identification Number Lot Abc (php) Lot No. 1 1,652,000.00 Lot No. 2 1,365,830.00 Lot No. 3 418,140.00 Lot No. 4 840,000.00 Lot No. 5 2,063,680.00 Lot No. 6 1,011,960.00 Lot No. 7 765,850.00 Lot No. 8 1,295,950.00 Lot No. 9 1,825,000.00 Lot No. 10 872,500.00 Lot No. 11 629,700.00 Lot No. 12 1,718,450.00 Lot No. 13 1,521,900.00 Lot No. 14 1,281,000.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 100 Box Gloves Examining , 100's Non-powder : Blue Nitrile - Large 2 450 Box Gloves Examining , 100's Non-powder : Blue Nitrile - Medium 3 100 Pc Gown : Disposable 4 400 Box Gloves Examining , 100's Non-powder : Latex - Large 5 700 Box Gloves Examining , 100's Non-powder : Latex - Medium 6 50 Box Sterile Gloves : Surgeon Gloves No. 6.0 50's Non-powdered 7 250 Box Sterile Gloves : Surgeon Gloves No. 6.5 50's Non-powdered 8 300 Box Sterile Gloves : Surgeon Gloves No. 7.0 50's Non-powdered 9 250 Box Sterile Gloves : Surgeon Gloves No. 7.5 50's Non-powdered 10 45 Box Sterile Gloves : Surgeon Gloves No. 8.0 50's Non-powdered 11 15 Box Sterile Gloves : Surgeon Gloves No. 8.5 50's Non-powdered Lot No. 2 Item No. Quantity Unit Of Issue Item Description 12 270 Pc Cautery : Pad 13 495 Pc Cautery : Pencil 14 100 Pc Face Mask : N95 15 120 Pc Face Mask : Non-rebreather Mask - Adult 16 105 Pc Face Mask : Non-rebreather Mask - Pedia 17 315 Pc Oxygen Face Mask, Adult : . 18 198 Pc Oxygen Facemask : Neonate 19 300 Pc Oxygen Face Mask, Pedia : . 20 90 Gal Povidone Iodine : 10% 21 36 Gal Povidone Iodine : 7.5% 22 45 Bottle Wound Irrigation Solution : 300ml 23 60 Box Catheter Foley Bag : No.14, 10's 24 15 Box Catheter Foley Bag : No.16, 10's 25 50 Pc Catheter Suction : No. 10 26 10 Pc Catheter Thoracic : No. 28 27 10 Pc Catheter Thoracic : No. 32 28 10 Pc Catheter Thoracic : No. 36 29 30 Set Colostomy Bag : W/wafer 70mm 30 20 Pc Endotracheal Tube : No. 5.0 Uncuffed 31 90 Pc Endotracheal Tube : No. 6.5 Cuffed 32 240 Pc Endotracheal Tube : No. 7.0 Cuffed 33 150 Pc Endotracheal Tube : No. 7.5 Cuffed 34 60 Pc Endotracheal Tube : No. 8.0 Cuffed 35 10 Pc Endotracheal Tube : No. 8.5 Cuffed 36 90 Pc Tube Feeding : Fr. 14 37 45 Pc Umbilical Catheter : 4.0 38 33 Pc Umbilical Catheter : 5.0 39 150 Roll Gauze : 2 Ply 36 X 100 Yrd Hosp. Size (24x28 Mesh) 40 40 Pack Gauze : Sponges 4x4x8 Mesh 24x28 41 150 Roll Plaster Of Paris : 4" 42 90 Roll Plaster Of Paris : 6" 43 30 Tube Plaster : Hospital Size -medical Plaster With Strong Adhesive, Water-resistant (12x10 Yrd) 44 200 Tube Plaster : Hospital Size-medical Plaster With Adhesive, Water-resistant (12x10 Yrd) 45 300 Pc Bp Bulb With Control Lot No. 3 Item No. Quantity Unit Of Issue Item Description 46 100 Pair Gloves : Surgeon Elbow-length Obstetric 6.5 47 100 Pair Gloves : Surgeon Elbow-length Obstetric 7.0 48 100 Pair Gloves : Surgeon Elbow-length Obstetric 7.5 49 5000 Set Shoe Wrap : Cover 50 200 Box Fetal Monitor Ctg Paper : 90mmx152m, 150's 51 30 Set Colostomy Bag : W/wafer 50mm 52 40 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1" X 10yd 12's 53 40 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 2 X 10yd 6's 54 6 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 3 X 10yd 4's 55 10 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1/2" X 10yd 24's Lot No. 4 Item No. Quantity Unit Of Issue Item Description 56 21000 Pc Hemogluco Strip : W/free Use Of Glucometer Lot No. 5 Item No. Quantity Unit Of Issue Item Description 57 45 Box Sterile Needle : G-19, 100's 58 48 Box Sterile Needle : G-23, 100's 59 15 Box Sterile Needle : G-25, 100's 60 60 Box Sterile Needle : G-26, 100's 61 400 Pc Needle : Spinal Needle G-25 62 20 Pc Needle : Spinal Needle G-25 Pencil Point 63 30 Pc Needle : Spinal Needle G-23 64 120 Pc Skin Stapler : . 65 50 Box Sterile Syringe : 0.5cc Insulin 100 "s (needle Attached) 66 200 Box Sterile Syringe : 10cc Disp. 50's (needle Attached) 67 200 Box Sterile Syringe : 1cc Disp. 100's (needle Attached) 68 200 Box Sterile Syringe : 1cc Insulin 100's(needle Attached) 69 30 Box Sterile Syringe : 20cc Disp. 50's (needle Attached) 70 300 Box Sterile Syringe : 3cc Disp. 100's (needle Attached) 71 300 Box Sterile Syringe : 5cc Disp. 100's (needle Attached) 72 100 Box Sterile Syringe : 60cc Disp. 40's (needle Attached) 73 250 Pc Sterile Syringe : Asepto 4 Oz. (needle Attached) Lot No. 6 Item No. Quantity Unit Of Issue Item Description 74 210 Pc Arm Sling : Medium 75 150 Pc Arm Sling : Large 76 120 Pc Arm Sling : Small 77 30 Roll Autoclave : Tape 1/2" 78 60 Roll Autoclave : Tape 3/4" 79 1000 Roll Bandage Elastic : 4" 80 120 Roll Bandage Elastic : 6" 81 60 Roll Bandage Elastic : 2" 82 200 Roll Cotton : 400 Gm 83 20 Pack Cotton : Pleget'100's 84 75 Pc Diaper : Adult-large 85 300 Box Alcohol Swab : 100's 86 900 Gal Alcohol : Isopropyl Alcohol 70% 87 5 Pc Thermometer : Infrared 88 30 Pc Thermometer Digital : . 89 6 Pc Hot Water Bag : 0.5l 90 12 Pc Hot Water Bag : 1l 91 3 Pc Ice Bag : 9" 92 60 Bottle Hydrogen Peroxide : 500ml 93 180 Roll Ecg Tracing Paper : 80mm X 20m 94 90 Roll Ecg Tracing Paper : Tc10 110mm Lot No. 7 Item No. Quantity Unit Of Issue Item Description 95 50 Kit Epidural : Pack 96 20 Unit Bp Apparatus : Adult 97 20 Unit Bp Apparatus : Pedia 98 5 Unit Bp Apparatus : Neonate 99 60 Pc Bp Cuff : Small Adult 100 90 Pc Bp Cuff : Small Pedia 101 5 Pc Guide Wire : Fr. 14/4.7mm 102 5 Pc Guide Wire : Fr. 6/2.0mm 103 10 Unit Stethoscope : Adult (medical Grade) 104 10 Unit Stethoscope : Pedia (medical Grade) 105 30 Box Patient I.d Bracelet, Adult : White 100's 106 10 Box Patient I.d. Band - Pedia : Blue 100's 107 10 Box Patient I.d. Band - Pedia : Pink 100's 108 30 Pc Pulse Oximeter : Sensor - Adult 109 60 Pc Pulse Oximeter Sensor : Neonate 110 15 Pc Pulse Oximeter Sensor : Pedia 111 30 Pc Pulse Oximeter : Fingertip - Adult 112 30 Pc Pulse Oximeter : Fingertip - Pedia 113 12 Pc Resuscitator Bag : Adult 114 6 Pc Resuscitator Bag : Pedia 115 9 Pc Resuscitator Bag : Neonate 116 90 Pc Sharp Container : 5l 117 30 Pc Sharp Hub : Cutter 118 30 Pc Eye Drape : Sterile 119 120 Box Eye Patch : 4x6cm, 50's Lot No. 8 Item No. Quantity Unit Of Issue Item Description 120 250 Pc Bacterial Filter : For Anesthesia 121 90 Set Anesthesia Breathing Circuit : Adult Extendable W/ 2-3 Liters Bag 122 1000 Box Face Mask : Surgical, Ear Loop, 50's 123 75 Pc Mechanical Ventilator Circuit Tubing : W/water Trap - Pedia 124 45 Pc Mechanical Ventilator Circuit Tubing : W/water Trap -adult 125 150 Pack Surgical Cap, Pack Of 100's : . 126 20000 Pc Lubricating Jelly 5 Grams : . 127 20 Gal Liquid Hand Soap : Antibacterial Hospital Grade,3785ml 128 10 Pc Oxygen Gauge : . 129 6 Pack Ultrasound Gel : 2kg 130 20 Roll Sterilization Reel : Flat 4" X 100m 131 20 Roll Sterilization Reel : Flat 6" X 100m Lot No. 9 Item No. Quantity Unit Of Issue Item Description 132 600 Pc Blood Transfusion Set : . 133 1000 Pc Heplock : . 134 5000 Pc Administration Set, Adult : . 135 5000 Pc Administration Set, Pedia : . 136 4500 Pc Intravenous Cannula : G-18 137 4500 Pc Intravenous Cannula : G-20 138 4500 Pc Intravenous Cannula : G-22 139 4500 Pc Intravenous Cannula : G-24 140 4500 Pc Intravenous Cannula : G-26 Lot No. 10 Item No. Quantity Unit Of Issue Item Description 141 300 Pc I.v Extension Tubing : 2-way 142 300 Pc I.v Extension Tubing : 3-way 143 150 Pc I.v Extension Tubing : (not Less Than 6) 144 2500 Pc Iv Infusion Set With Burette : 150cc (soluset) 145 90 Pc Medical Supply : Blood Volumetric I.v Infusion Set (bloodset) 146 5000 Pc Specimen Container : 1oz 147 7000 Pc Specimen Container : 3.5oz 148 150 Pc Stop Cock : 3-way 149 500 Pc Tourniquet : Rubber Lot No. 11 Item No. Quantity Unit Of Issue Item Description 150 150 Pack Monitoring Electrode : W/foam 50's 151 10 Pc Mouth Guard Oral Airway : #00 (blue) 152 10 Pc Mouth Guard Oral Airway : #1 (white) 153 60 Pc Mouth Guard Oral Airway : #2 (green) 154 50 Pc Mouth Guard Oral Airway : #3 (yellow) 155 40 Pc Mouth Guard Oral Airway : #4 (orange) 156 1500 Pc Nasal Oxygen Cannula : Adult 157 360 Pc Nasal Oxygen Cannula : Neonate 158 900 Pc Nasal Oxygen Cannula : Pedia 159 1500 Pc Nebulization Set : Adult 160 1200 Pc Nebulization Set : Pedia 161 30 Pc Suction Bulb : W/ Mucous Air Pump 30ml 162 60 Pc Suction Bulb : W/ Mucous Air Pump 60ml 163 450 Pc Suction Connecting Tube : W/yankauer 164 60 Pc Suction Set Poole : Drain 165 120 Roll Wadding Sheet : 6x5 Yard 166 40 Roll Wadding Sheet : 4x5 Yard Lot No. 12 Item No. Quantity Unit Of Issue Item Description 167 5 Pc Blade Holder : . 168 1 Box Surgical Blade : No.12, 100's 169 10 Pack Laparatomy : Sterile Disposable (1 Laparotomy Drape, 1 Mayo Stand Cover, 1 Outer Wrap/back Table Cover, 4 Surgical Gown) 170 10 Pack Ceasarian Pack : Sterile (1 Cs Incise Drape With Pouch, 4 Surgical Gown, 8 Hand Towels, 1 Mayo Stand Cover, 1 Outer Wrap Back Table Cover, 4 Absorbable Hand Towels, 2 Baby Blanket) 171 50 Pc Surgical Clipper Blade : . 172 5 Pc Gigli Saw Wire : Twisted 50cm 173 10 Pc Surgical Mesh Polypropylene Non-absorbable : 3x6 174 30 Box Suture : 1-0, Polyglactin Taper 36's (braided, Coated Absorbable) 175 30 Box Suture : 2-0, Polyglactin Taper ( Braided Coated Absorbable ) 36's Lot No. 13 Item No. Quantity Unit Of Issue Item Description 176 3 Box Suture : Nylon 10-0 Polyamide Monofilament, Non-absorbable 30cm, 12", 3/8c, 6, 1mm, 12's/box 177 20 Box Suture : 3-0,(braided Synthetic Absorbable) W/ Round Needle ,36's 178 3 Box Suture : 4-0, (braided Synthetic Absorbable) W/ Round Needle ,36's 179 3 Box Suture : 4-0, (braided Synthetic Absorbable) W/cutting Needle ,36's 180 30 Box Suture : 2-0 Braided, Non-absorbable Suture 24mm 75cm Round Needle,36's 181 20 Box Suture : 2-0 Braided, Non-absorbable Suture 24mm 75cm Cutting Needle,36's 182 100 Box Suture : 3-0 W/needle Taper (tuli), 12's 183 10 Box Suture : 3-0 Braided, Non-absorbable Suture 19mm/24mm 75cm Cutting Needle,36's Lot No. 14 Item No. Quantity Unit Of Issue Item Description 184 500 Gal Bleaching Solution : . 185 50 Bottle Bleaching Solution : Color Safe 900ml 186 40 Bottle Fabric Conditioner : 800-900ml 187 30 Gal Disinfectant : Solution For Surface, Toilet And Bathroom 188 60 Box Detergent Powder : 300x40g, 300's 189 500 Gal Distilled Water : 6l 190 80 Bottle Disinfectant : Spray,510g 191 40 Bottle Drain Opener : 500ml 192 30 Box White Laundry Soap : 110g, 144's (hypoallergenic) 193 20 Pc Effervescent Disinfectant Tablets : W/ 50% Troclosene Sodium (nadcc), 400g/jar 194 2700 Pc Trash Bag 11x11x24 .002 Thickness : Medical Grade (black) 195 3600 Pc Trash Bag 11x11x24 .002 Thickness : Medical Grade (green) 196 2700 Pc Trash Bag 11x11x24 .002 Thickness : Thickness Medical Grade (yellow) 197 3900 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (black) 198 3300 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (green) 199 2400 Pc Trash Bag 15x15x37 .002 Thickness : Medical Grade (yellow) 200 6000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (black) 201 6000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (green) 202 3300 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (yellow) 203 300 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Medical Grade (transparent) Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 11 June 2025 To 12:00 Noon Of 03 July 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 11 June 2025 To 12:00 Noon Of 03 July 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Corresponding Amounts: Lot Identification Number Fee (php) Lot No. 1 5,000.00 Lot No. 2 5,000.00 Lot No. 3 500.00 Lot No. 4 1,000.00 Lot No. 5 5,000.00 Lot No. 6 5,000.00 Lot No. 7 1,000.00 Lot No. 8 5,000.00 Lot No. 9 5,000.00 Lot No. 10 1,000.00 Lot No. 11 1,000.00 Lot No. 12 5,000.00 Lot No. 13 5,000.00 Lot No. 14 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 19 June 2025; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 03 July 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 03 July 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson

Municipality Of Cervantes, Ilocos Sur Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 583.9 K (USD 10.1 K)
Details: Description Bids And Awards Committee Invitation To Bid For The Purchase Of Office Supplies The Municipality Of Cervantes, Ilocos Sur, Through The Mooe Intends To Apply The Five Hundred Eighty Three Thousand Nine Hundred Fifty Eight Pesos (p 583,958.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Office Supplies Of The Local Government Units Of Cervantes, Ilocos Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Municipality Of Cervantes, Ilocos Sur Now Invites Bids For: Name Of Project: Purchase Of Office Supplies Location : Cervantes, Ilocos Sur Item No. Item & Description Qty Unit Approved Budget For Contract Purchase Of Office Supplies 583,958.00 1. Acetate, Pvc Book Binding Cover, Clear Film, 300mic, A4, 100pcs 2 Pack 2. Acetate, Pvc Book Binding Cover, Clear Film, 300mic, Legal, 100pcs 2 Pack 3. Acetate, Pvc Book Binding Cover, Clear Film, 300mic, Short,, 100pcs 1 Pack 4. Air Freshner, Lemon Scent, 320ml 10 Piece 5. Air Freshner, Scented Gel, 180g 2 Piece 6. Air Freshner, Spray, 320ml 3 Piece 7. Alcohol, 68%-70%, Gallon 2 Gallon 8. Alcohol, Biogenic, 68%-70% With Sprayer 330ml 24 Bottle 9. Alcohol, Biogenic, 68%-70% 500ml 12 Bottle 10. Arch File W/ Ring Binder 2" Width Long 17 Piece 11. Arch File With Ring Binder 1" Width, Long 2 Piece 12. Automatic Voltage Regulator (avr) 3 Piece 13. Automatic Voltage Regulator (avr) 1 Piece 14. Ballpen, 0.5 Red, 12pcs/box (flexstick) 1 Box 15. Ballpen, 0.5 Black, 12pcs/box (flexstick) 29 Box 16. Ballpen, 0.5 Blue, 12pcs/box (flexstick) 2 Box 17. Ballpen, 0.7 Black, 12pcs/box (flexstick) 8 Box 18. Ballpen, 0.3 Black Fine Tech 1 Box 19. Ballpen, Black, 25pcs/box (panda) 25 Box 20. Ballpen, Fine Point, Black, 12pcs/box (pilot) 4 Box 21. Ballpen, Fine Point, Red, 12pcs/box (pilot) 1 Box 22. Bath Soap, 175g 8 Piece 23. Bathroom Deodorizer, 100g 11 Piece 24. Battery Dry Cell Aaa (4pcs/pack) 38 Pack 25. Battery, Dry Cell Aa (4pcs/pack) 36 Pack 26. Bleach , 1 Gallon, 3785ml (zonrox) 3 Gallon 27. Blue Print Paper 80gsm,2"core (24x50yds) 2 Roll 28. Bulb, 11w,3pcs 1 Box 29. Cartolina, 10pcs/bundle, Assorted 6 Bundle 30. Certificate Holder, A4 15 Piece 31. Certificate Holder, Legal 20 Piece 32. Certificate Holder, Short 10 Piece 33. Cleaner, Toilet Bowl & Urinal, 900ml-1000ml Cap 2 Bottle 34. Clearbook, 20 Transparent Pockets, Legal 4 Piece 35. Clip, Backfold, All Metal. Clamping 15mm 12pcs/box 24 Box 36. Clip, Backfold, All Metal. Clamping 19mm 12pcs/box 9 Box 37. Clip, Backfold, All Metal. Clamping 25mm 12pcs/box 18 Box 38. Clip, Backfold, All Metal. Clamping 32mm 12pcs/box 18 Box 39. Clip, Backfold, All Metal. Clamping 41mm 12pcs/box 16 Box 40. Clip, Backfold, All Metal. Clamping 41mm 12pcs/box 4 Box 41. Clip, Backfold, All Metal. Clamping 51mm 12pcs/box 3 Box 42. Clipboard With Cover, Vertical Long 5 Piece 43. Clipboard Writing Sheet Pad Clip Board File Folder Document Holder, Size: Legal 13 Piece 44. Coffee Maker 1 Unit 45. Colored Paper, Subs24, 250 Sheets, Long, Assorted Color 3 Ream 46. Computer Chair 4 Piece 47. Computer Ink Bt5000, Black, D60 11 Bottle 48. Computer Ink Bt5000, Cyan 10 Bottle 49. Computer Ink Bt5000, Magenta 9 Bottle 50. Computer Ink Bt5000, Yellow 9 Bottle 51. Computer Ink, Epson 001 Black 3 Bottle 52. Computer Ink, Epson 001 Cyan 3 Bottle 53. Computer Ink, Epson 001 Magenta 3 Bottle 54. Computer Ink, Epson 001 Yellow 3 Bottle 55. Computer Ink, Epson 664 70 Ml, Black 1 Bottle 56. Computer Ink, Epson 664 70 Ml, Cyan 1 Bottle 57. Computer Ink, Epson 664 70 Ml, Magenta 1 Bottle 58. Computer Ink, Epson 664 70 Ml, Yellow 1 Bottle 59. Computer Ink, Epson Black, '003 36 Bottle 60. Computer Ink, Epson Cyan, '003 20 Bottle 61. Computer Ink, Epson Magenta, '003 21 Bottle 62. Computer Ink, Epson Yellow, '003 21 Bottle 63. Computer Mouse Pad 7 Piece 64. Computer Mouse, Optical Usb Connection Type 1 Unit 65. Concentrated Disinfectant Solution 1 Gallon 66. Contractor Grade Open Reel Fiberglass Long Tape Measure (60m) 1 Piece 67. Corkboard Pin, 100pcs 1 Box 68. Corkboard Pin, 50pcs 1 Box 69. Correction Pen Liquid Quick Dry 9ml 12 Piece 70. Correction Tape, 5mmx15m 53 Piece 71. Couponbond 70 Gsm/subs 20, A3l 4 Ream 72. Couponbond 80 Gsm/subs.24, Short (8.5"x13") 32 Ream 73. Couponbond, 70 Gsm/subs 20, Short (8.5"x11") 84 Ream 74. Daily Time Record (dtr), Form 48, 100 Sheets/pad 14 Pad 75. Desktop Document Holder Stand 1 Piece 76. Digital Ifrared Forehead Thermometer 6 Piece 77. Disinfectant Spray, Aerosol Type 510g 6 Can 78. Diswashing Liquid, 240ml-250ml 14 Piece 79. Diswashing Paste, 400g 8 Cup 80. Document Holder, Size Legal 1 Piece 81. Doormat, Cloth, Thick 16 Piece 82. Electric Fan Deskfan 16" Plastic Blade-heavy Duty 2 Piece 83. Electric Fan Deskfan 18" Banana Type Plastic Blade-heavy Duty 1 Piece 84. Engineers Field Book Office (5"x7.5") 5 Piece 85. Envelope Brown, Long 682 Piece 86. Envelope Brown, Short 310 Piece 87. Envelope Mailing 4 Box 88. Envelope, Expanded, Long 90 Piece 89. Envelope, Expanded, Plastic, Long 23 Piece 90. Executive Chair 1 Piece 91. Executive Chair 1 Piece 92. Extension Wire, 10 Meters 3 Piece 93. Extension Wire, 5 Meters 2 Piece 94. External Hardrive 1tb 2.5hdd 4 Piece 95. Face Mask, Disposable, Surgical 1 Box 96. Fastener, Metal, 50 Sets/box 8 Box 97. Fastener, Plastic, 50 Sets/box 12 Box 98. File Organizer And Divider 1 Piece 99. File Organizer, Expanding, Plastic, 12 Pockets 2 Piece 100. Flash Drive, Otg 32gb 2 Piece 101. Flash Drive, Otg 64gb Type C 3 Piece 102. Flash Drive, Usb 16gb 4 Piece 103. Flash Drive, Usb 32gb 4 Piece 104. Flash Drive, Usb 32gb With Otg 2 Piece 105. Flash Drive, Usb 32gb With Otg, Type C 5 Piece 106. Flash Drive, Usb 8gb 1 Piece 107. Folder Bag 32 Piece 108. Folder Case Travelling Cloth With Zipper 2 Piece 109. Folder Expanded, Long Black 20 Piece 110. Folder Morocco, Legal 15 Piece 111. Folder Pressboard/expanded, Green 45 Piece 112. Folder Pressboard/expanded, Green 40 Piece 113. Folder Pressboard/expanded, Long 21 Piece 114. Folder Pressboard/expanded, Red 20 Piece 115. Folder Rack 3 Tier 1 Piece 116. Folder Rack 4 Tier 1 Piece 117. Frame, A4 25 Piece 118. Frame, Long 5 Piece 119. Gallon, Round Container 2 Piece 120. Garbage Bag, Gpp Specs, Black, 10 Pcs/roll/pack Large 18 Pack 121. Garbage Bag, Gpp Specs, Black, 10 Pcs/roll/pack Xl 1 Pack 122. Gloves, Disposable,100 Pcs/box 8 Box 123. Glue 200g/473ml 1 Piece 124. Glue 250ml 3 Piece 125. Glue Gun, Heavy Duty Hot Melt Big 5 Piece 126. Glue Stick, Big 27 Piece 127. Glue Stick, Small 7 Piece 128. Hand Cutter With Spare Blade, (retractable/utility Knife) 18 Piece 129. Hand Soap Liquid 750ml 7 Bottle 130. Hand Towel Thick 28 Piece 131. Highlighting Pen Assorted Color 49 Pack 132. Index Card, 3*5, 100 Pcs/pack 1 Pack 133. Index Card, 4*6, 100 Pcs/pack 1 Pack 134. Index Card, 5*8, 100 Pcs/pack 3 Pack 135. Index Tab, Tabbings For Folder, Letter A-z 8 Piece 136. Insect Repellant Spray 750ml 3 Piece 137. Laundry Detergent Powder 1.1 Kg. 4 Bag 138. Mop With Spinner And Bucket, 360 Rotatable 4 Piece 139. Muriatic Acid, Gallon 1 Gallon 140. Napthalene Balls 10 Pack 141. Note Pad, Stick On, 50mmx76mm(2"x3") 31 Piece 142. Note Pad, Stick On, 76mmx100mm(3"x4") 2 Piece 143. Note Pad, Stick On, 76mmx76mm(3"x3") 23 Piece 144. Note Pad, Stick On, 76mmx76mm(5"x3") 2 Piece 145. Paper Cutter A3 (15x18) 2 Piece 146. Paper Rack, 3 Tier, Metal Mesh 1 Piece 147. Paste, Redstone (with Spatula), 200g 6 Piece 148. Pencil, Lead, With Eraser, Wood Case, Hardness Hb #2 8 Box 149. Pentel Pen Broad Black 12pcs/box 12 Box 150. Pentel Pen Broad Blue 12pcs/box 3 Box 151. Pentel Pen Fine Black 12pcs/box 5 Box 152. Pentel Pen Permanent Black, Extra Fine Tip Width: 0.90mm 12 Piece 153. Photo Album, 50 Pages 2 Piece 154. Photo Paper, High Glossy, A4 (210mmx297mm, 20 Sheets/pack 5 Pack 155. Photo Paper, High Glossy, A4 (210mmx297mm, 50 Sheets/pack 10 Pack 156. Piping Ribbon Blue 20 Yard 157. Piping Ribbon Green 20 Yard 158. Piping Ribbon Lavender 20 Yard 159. Piping Ribbon Orange 20 Yard 160. Piping Ribbon Red 20 Yard 161. Piping Ribbon Yellow 20 Yard 162. Planner 2025 17 Piece 163. Plier Stapler, Heavy Duty, 30 Sheets, 26/6 2 Piece 164. Polypropylene, Pp Plastic Bag 3x5, 100 Pcs 5 Pack 165. Polypropylene, Pp Plastic Bag 5x8, 100 Pcs 3 Pack 166. Power Bank, 35000mah 2 Piece 167. Pulse Oximeter 1 Piece 168. Puncher, Handle Lock, Adjustable Gauge, 2 Hole Punch, Heavy Duty 1 Piece 169. Pvc Card For Smart 3i Dual Id Card Printer 250/box 1 Box 170. Record Book, 100 Pages 16 Piece 171. Record Book, 300 Pages 14 Piece 172. Record Book, 500 Pages 8 Piece 173. Record Book, Wider 216mmx279mm,500 Pages 1 Piece 174. Rewritable Blank Disc With Case (dvd-rw) 1 Piece 175. Ribbon Satin 1" 50 Yards/roll (assorted Color Gold, Champagne, Medium Pink, Fuchsia, Yellow, Neon Orange, Turquoise, Emerald Green Purple, Lavennder, Gray, Aqua) 12 Roll 176. Ribbon Satin 1/4" 50 Yards/roll (assorted Color, White Gold, Light Pink, Canary Yellow, Aqua, Light Blue, Lavender, Silver Gray) 8 Roll 177. Ribbon, Metalic 1/2, 33 Yardws/roll (assorted Color: White, Gold Yellow, Rose, Medium Pink, Lavender) 6 Roll 178. Ribbon, Organza Middle Gold Stripes, 1 Inch 33/yards/roll (assorted Gold, Red, Fuchsia, Yellow, Purple, Blue, Green) 7 Roll 179. Ring Binder Plastic Black 20mm 24 Holes Long 4 Bundle 180. Ring Binder Plastic Black 25mm 24 Holes Long 4 Bundle 181. Ring Binder Plastic Black 38mm 24 Holes Long 4 Bundle 182. Ring Binder Plastic Black 51mm 24 Holes Long 3 Bundle 183. Ring Binder, Plastic , 25mm 6 Piece 184. Ring Binder, Plastic , Black, 10mm 8 Piece 185. Ring Binder, Plastic , Black, 12mm 6 Piece 186. Ring Binder, Plastic , Black, 14mm 8 Piece 187. Ring Binder, Plastic , Black, 8mm 6 Piece 188. Ring Binder, Plastic Balck 1" 12 Piece 189. Ring Binder, Plastic Balck 1/2" 7 Piece 190. Ring Binder, Plastic Balck 2" 14 Piece 191. Ruler 12" Plastic 3 Piece 192. Ruler 12" Steel 5 Piece 193. Ruler 24" Steel 1 Piece 194. Scientific Calculator, Fx-115ms 7 Piece 195. Scissor Size: 9" 12 Piece 196. Sign Pen G-2.0.7 2 Box 197. Sign Pen, Black (.04mm) 37 Piece 198. Sign Pen, Black (.04mm) 17 Piece 199. Sign Pen, Black (.05mm) 20 Piece 200. Sign Pen, Black (.07mm) 18 Piece 201. Specialty Paper, 10/pack Offwhite 12 Pack 202. Specialty Paper, 200 Gsm, 10 Sheets, A4 10 Pack 203. Specialty Paper, 200 Gsm, 10 Sheets, Long 17 Pack 204. Specialty Paper, 200 Gsm, 10 Sheets, Short 13 Pack 205. Sphygmomanometer W/ Stethoscope 3 Piece 206. Sponge 5 Piece 207. Stamp Pad Ink Refill, Purple, 946ml-950ml 3 Bottle 208. Stamp Pad, Felt, With Ink (bed Dimension:60mm-100mm Min) 3 Piece 209. Stand Fan 2 Piece 210. Stand Fan 1 Piece 211. Staple Wire No. 10 2 Box 212. Staple Wire, 26/6 1000pcs/box 2 Box 213. Staple Wire, No.35, 5000pcs 7 Box 214. Staple Wire, No.35, 5000pcs, Copper 8 Box 215. Stapler, Heavy Duty With Wire Remover 11 Piece 216. Sticker Paper, Matte, A4 100pcs/ream 1 Ream 217. Sticker Paper, Matte, Long 100pcs/ream 1 Ream 218. Sticky Notes, Notepad With Case Set 5 Pad 219. Stool High Heavy Duty 1 Piece 220. Super Elastic, Ice Bag 1 1/2 X 10, 100pcs 5 Pack 221. Tape Dispenser, Big 1 Piece 222. Tape Dispenser, Table Top 1 Piece 223. Tape, Double Sided, 1" 20 Roll 224. Tape, Duct Tape, Width: 48mm (2") 14 Roll 225. Tape, Masking, Width: 48mm (2") 8 Roll 226. Tape, Packaging , Width 48mm2" 7 Roll 227. Tape, Transparent, Width: 24mm (1") 13 Roll 228. Tissue Paper, 3 Ply 80 Pulls, 190g, Kleenex 22 Box 229. Tissue Paper, Kitchen Towel 3 Roll 230. Toilet Brush 1 Piece 231. Toner, Brother Dcp L254dw 1 Cart. 232. Toner, Canon 303 21 Cart. 233. Toner, Hp Laser Jet Pro M225dn 1 Cart. 234. Tracing Paper 3 Roll 235. Trash Can With Pedal 3 Piece 236. Trash Can With Pedal 1 Piece 237. Umbrella 40 Piece 238. Uninteraptible Power Supply(ups) 5 Unit 239. University Notebook 32 Piece 240. Uninteraptible Power Supply(ups) 3 Unit 241. Wall Fan 1 Piece 242. White Board 25cm X 35cm 1 Piece 243. White Board Pen, 12's/box, Black 4 Box 244. Yellow Paper, 40gsm, 80 Leaves 11 Pad 1. The Municipality Of Cervantes, Ilocos Sur Now Invited Bids For The Purchase Of Office Supplies. Delivery Of The Goods Is Required 15 Days Upon Receipt Of Ntp. Bidders Should Have Completed, Within 5 Days From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 3. Prospective Interested Bidders May Obtain Further Information From The Municipality Of Cervantes, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below During 8:00am-5:00pm Monday-friday. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On – February 19, 2025 – March 10, 2025 From The Address Below Bac Office, Municipal Hall, Cervantes, Ilocos Sur And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00) 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.}. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Municipality Of Cervantes, Ilocos Sur Will Hold A Pre-bid Conference On __ In The Afternoon At Lepanto Hall, Municipal Building, Cervantes, Ilocos Sur, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 10, 2025 At 3:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Bid Opening Shall Be On March 10, 2025 At 3:01 At The Lepanto Hall, Municipal Hall, Cervantes, Ilocos Sur Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Activities Schedule 1. Invitation To Bid February 19, 2025 – March 10, 2025 2. Pre-bid Conference N/a 3. Last Submission Of Bids March 10, 2025– 3:00 Pm 4. Opening Of Bids March 10, 2025 – 3:01pm 5. Bid Evaluation March 11, 2025 - 3:00pm 6. Post Qualification March 12-13, 2025 7. Approval Of Resolution March 14, 2025 8. The Municipality Of Cervantes, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Estrella R. Asejo Bac Secretariat Bac Office, Municipal Building Cervantes, Ilocos Sur Julie Rose I. Acyangan Bac Chairperson

Department Of Education Division Of Pagadian City Tender

Publishing and Printing
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 829.1 K (USD 14.5 K)
Details: Description Invitation To Bid The Procurement Of Schools Division Office Common Use Supplies And Equipment For The Cy 2025 1. The Deped Pagadian City Division, Through The Sub-aro Funds 2025 Intends To Apply The Sum Of Eight Hundred Twenty-nine Thousand One Hundred Fifty-seven And 25/100 (php829,157.25) Pesos Only Being The Approved Budget For The Contract (abc) With Purchase Request Number 25-028-osds. 2. Bids Received More Than The Abc Shall Be Automatically Rejected At The Final Meeting. Please Refer Below For The Technical Specifications Details And Other Details: No. Item Description Qty Unit Abc 1 "sign Here" Sticky Notes - Film Index Size: 1.2x4.5cm; 5 Pads X 25 Sheets 18 Pad/s 829,157.25 2 30cm Candy Color Ruler Flexible Soft Unbreakable 5 Piece/s 3 Fastener Plastic Long 70mm 8.5 Inches, 50 Sets 1 Box 4 Adhesive Tape Double Sided 1/4" 6 Roll/s 5 Adhesive Tape Double Sided 3/4" 6 Roll/s 6 Ballpen, Black 47 Piece/s 7 Ballpen, Blue 10 Piece/s 8 Ballpen, Red 10 Piece/s 9 Binder Clip (25mm) 1 Inch 6 Boxes 10 Binder Clip (32mm) 1 1/4 Inch 5 Boxes 11 Binder Clip (41mm) 1 5/8 Inches 3 Boxes 12 Bondpaper, A4, 70gsm 273 Ream/s 13 Bondpaper, Legal, 70gsm 43 Ream/s 14 Clip, Backfold, 32mm 6 Boxes 15 Colored Construction Paper A4 Size 1 Ream 16 Construction Papers (8.5 X 13), Yellow 1 Ream 17 Continuous Form,4 Ply, Carbonless W/ Tint 8 Box/es 18 Correction Pen Metal Tip 5ml 10 Piece/s 19 Data Box Filer, Blue 40 Piece/s 20 Data Storage 1tb 1 Unit 21 Disbursement Voucher Folder 62 Piece/s 22 Fastener (plastic) 10 Boxes 23 Fastener (plastic) 3 Boxes 24 Fastener, Plastic-coated, 50 Sets Per Box 14 Boxes 25 Flat Rubber Bands 75 Mm 2 Boxes 26 Folder Long 1 Boxes 27 Glass Cleaner Anti-dust, Anti-mist And Streak Free 500ml Blue W/ Spray 1 Bottle/s 28 Glue, All Purpose, 200 Grams 14 Bottle/s 29 Glue-all (multi-purpose Glue) 130g 2 Bottle/s 30 Glue-all (multi-purpose Glue) 200g 8 Bottle/s 31 Hbw Glue Stick (21g) 1 Piece/s 32 Heavy Duty Extension Cord Wire (4)four Gang Flat Cord #16 Black Wire 10 Meters 2 Piece/s 33 Heavy Duty Stapler # 35 W/ Remover No.1 111 White & Black Color Combination 2 Piece/s 34 Heavy Duty Storage Shelves With 5/6 Layer Metal Shelves, 600kg Load Bearing Storage Shelving Units Metal Rack Steel Shelf Steel Storage Oversized 120x40x200cm (white) 1 Unit 35 Highlighter (green/ Orange) 4 Piece/s 36 Highlighter, Green 4 Piece/s 37 Highlighter, Green 1 Piece/s 38 Ink 003 Cyan 14 Bottle/s 39 Ink 003 Cyan, Genuine 33 Bottle/s 40 Ink 003 Magenta 15 Bottle/s 41 Ink 003 Magenta, Genuine 33 Bottle/s 42 Ink 003 Yellow 15 Bottle/s 43 Ink 003 Yellow, Genuine 33 Bottle/s 44 Ink, 003 Black 37 Bottle/s 45 Ink, 003 Black, Genuine 84 Bottle/s 46 Interfolded Brown Paper Towel 60x175sheets 9 Pack/s 47 Ledger Form (elementary Teacher's Report Card) 400 Piece/s 48 Ledger Form (employees's Leave Card) 350 Piece/s 49 Lever Arch File Folder, Side Clip 3 Inch, A4, Blue 20 Piece/s 50 Lever Arch File Folder, Side Clip 3 Inch, A4, Orange 10 Piece/s 51 Lever Arch File Folder, Side Clip 3 Inch, Legal, Green 20 Piece/s 52 Lever Arch File Folder, Side Clip 3 Inch, Legal, Red 20 Piece/s 53 Lumina Highlighter 5 Color In 1 Pack 5 Piece/s 54 Marker, Permanent, Black 12 Piece/s 55 Mechanical Pencil Ecolead .5mm 1 Piece/s 56 Metal Ring Binder (loose-leaf, 55mm) 100 Piece/s 57 Mouse, Optical 2 Piece/s 58 Glue. 240g, White, Multipurpose 4 Bottle/s 59 Notepad 2x3" 6 Pad/s 60 Notepad 3x3" 14 Pad/s 61 Paper Fastener, Extra Long, 8 1/2, 70mm 2 Boxes 62 Paper Multicopy, A4, 70gsm 41 Ream/s 63 Paper Multicopy, A4, 70gsm 62 Ream/s 64 Twine/straw 1 Kilo, Plastic 2 Piece/s 65 Pvc Cover Legal,100 Pcs Per Ream, 100 Microns 2 Piece/s 66 Pvc Cover, A4, 200 Micron 2 Piece/s 67 Sign Pen .4 Black 10 Piece/s 68 Sign Pen .4 Blue 36 Piece/s 69 Sign Pen .4 Blue 10 Piece/s 70 Sign Pen .4 Green 24 Piece/s 71 Sign Pen .4 Orange 16 Piece/s 72 Sign Pen .4 Purple 4 Piece/s 73 Sign Pen .4 Red 12 Piece/s 74 Sign Pen .7 Black 12 Piece/s 75 Sign Pen .7 Blue 32 Piece/s 76 Sign Pen 1.0 Blue, Hi-techpoint V10grip (branded) 4 Piece/s 77 Sign Pen 1.0 Blue, Hi-techpoint V10grip (branded) 30 Piece/s 78 Sign Pen 1.0 Blue, Hi-techpoint V10grip (branded) 40 Piece/s 79 Sign Pen Blue My Gel 0.7mm 5 Boxes 80 Sign Pen .4 Black 12 Piece/s 81 Sign Pen, Black My Gel 0.7mm 2 Box 82 Small Office Sofa 1 Unit 83 Staple Wire, Standard, Bronze 5 Box/es 84 Staple Remover, Plier Type 7 Piece/s 85 Stapler #35 Heavy Duty W/ Remover Big 1 Piece/s 86 Stapler #35 Heavy Duty W/ Remover Big 4 Piece/s 87 Sticky Note (sign Here) 19 Pad/s 88 Tape, Packaging 3" 8 Roll/s 89 Tape, Packing, 3" 6 Roll/s 90 Tape, Transparent, 1" 10 Piece/s 91 Tape, Transparent, 3" 6 Roll/s 92 Tape,masking 2" 4 Roll/s 93 Tape,masking 4" 4 Roll/s 94 Tissue Roll 2ply 24 Roll/s 95 Toilet Paper (2ply) 133 Roll/s 96 Uninterruptible Power Supply (ups, Secure, 3000va) 2 Unit 97 Wireless Presenter With Laser Pointer 2 Unit 98 Absorbent Micro Fiber Mop Heads (for Existing Mop-round Type) 4 Piece 99 Bleaching Solution, 1liter 12 Bottle/s 100 Cleaner Toilet Bowl , 1000ml 6 Bottle/s 101 Deodorizer, Comfort Room 6 Piece/s 102 Detergent Powder, 500g 20 Pouch 103 Dishwashing Paste, 400g 6 Cont. 104 Door Mat, Outdoor Entrance Large, Rubberized 3 Piece/s 105 Multi Insect Killer, Odorless, 600ml, Aerosol Type 9 Can/s 106 Floor Mat Rag, Cotton (absorbent), 40x60cm 12 Piece/s 107 Led Light, T8 Tube, 18 Watts, Daylight For Indoor, High Quality Flourescent, Light Saving 10 Tube/s 108 Tissue Interfolded Paper Towel 20 Pack/s 109 Tissue Wet, Antibacterial , 80 Sheets 8 Pack/s 110 Tissue, Facial, Scented, 2 Ply 250 Sheets Per Box 10 Box/es 111 Trashbag Black Large 10 Pcs Per Pack 1 Pack 112 Trashbag Black Medium, 10 Pcs Per Pack 25 Pack/s 113 Trashbag Small, 10 Pcs Per Pack 16 Pack/s 114 Trashbag Black Xl, 10 Pcs Per Pack 20 Pack/s 115 Trashbag Black Xxl, 10 Pcs Per Pack 10 Pack/s 116 Steel Cabinet, 3 Drawer, White (sds Office) 1 Unit 117 Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 4 Pack/s 118 Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 4 Pack/s 119 Paper, Multipurpose A4, 70gsm 12 Box/es 120 Colored Construction Papers (8.5x13) 30 Ream/s 121 Colored Construction Papers (8.5x11) 30 Ream/s 122 Correction Pen, Liquid 90 Piece/s 123 Folder With Tab, Legal, 100 Pieces Per Pack , White 2 Pack/s 124 Ink Bottle, Epson 003, Bymc, Genuine 40 Set/s 125 Marker, Flourescent, 3 Colors Per Set (yellow,green,pink) 30 Set/s 126 Marker, Permanent, Black 4 Piece/s 127 Marker, Whiteboard, Black 4 Piece/s 128 Marker, Whiteboard, Red 4 Piece/s 129 Sign Pen, Black, Liquid Or Gel, Pt 0.3 98 Piece/s 130 Sign Pen, Blue, Liquid Or Gel, Pt 0.3 96 Piece/s 131 Stapler, Standard Type,heavy Duty 5 Piece/s 132 "sign Here" Sticky Notes - Film Index Size: 1.2x4.5cm; 5 Pads X 25 Sheets 80 Pad/s 133 Trashbag, Black, 37" X 40", Xl, 10 Pieces Per Roll Or Pack 8 Pack/s 134 Envelope, Expanding Kraft, Long, Blue (with Garter) 60 Piece/s 135 Envelope, Expanding Kraft, Long, Green(with Garter) 60 Piece/s 136 Envelope, Expanding Kraft, Long, Orange(with Garter) 60 Piece/s 137 Envelope, Expanding Kraft, Long, Red(with Garter) 60 Piece/s 138 Paper Clip, 50mm 2 Box/es 139 Watermarked Laid Paper, Concorde, Long Size, Cream Color 4 Box/es 140 Baygon Multi Insect Killer Odorless 3 Can/s 141 Folder, Expandable, Legal 52 Piece/s 142 Clear Pvc Cover, A$ Size (100 Pcs),210mm,300m 1 Ream 143 Transparent Large Storage Box With Wheels 70 Liters 1 Box 144 Spinning Mop And Bucket 1 Unit 145 Hard Drive Ssd 1 Tb 1 Unit 146 Printer 3 In 1 (printer, Scanner & Copier) Epson Brand L3110 2 Unit/s 147 Heavy Duty Table Top Tape Dispenser 20.8cm X 8.2cm X 10.5cm 1 Piece/s 148 Multipurpose White Glue 200g 2 Bottle/s 149 Ms23k3515as/tc Samsung 23l Microwave Oven 489 X 275 X 374 Mm 1 Unit 150 Bt-027 Asahi Blk Bread Toaster 26mm X 16mm X 18.3mm 1 Unit 151 Ceramic Dinner Plate 9 Inches Round Plain White/past Plate Set Of (6pcs) 4 Set/s 152 Clear Glass Plain Transparent Drinking Glasses On Hand 6 Cm Set Of (6 Pcs) 4 Set/s 153 1 Dozen Thick Quality Stainless Steel Spoon Dining Utensil 2 Dozen 154 1 Dozen Stainless Steel Fork Dining Utensil 2 Dozen 155 Cup And Saucer Ceramic Set Of (12 Pieces) 2 Set/s 156 Battery - Double A, 4 Cells Per Pack, Heavy Duty 4 Pack/s 157 Battery Dry Cell - Aaa, 2 Pcs Per Pack 4 Pack/s 158 Binder Clip 1" 2 Box/es 159 Binder Clip 1-1/4" 32mm, Black 8 Box/es 160 Binder Clip 1/5" 12mm, Black 8 Box/es 161 Binder Clip 3", Black 2 Box/es 162 Bond Paper, A4, 70 Gsm 70 Ream/s 163 Correction Pen 15 Piece/s 164 Highlighter Pen 0.50mm (light Green) 3 Piece/s 165 Highlighter Pen 0.50mm (light Orange) 3 Piece/s 166 Ink Epson L3110 (b, M, C, Y) - Genuine 6 Set/s 167 Ink Epson, 003, Black 5 Bottle/s 168 Laid Paper, 8.5x13", Gsm-85 (500sheets/box) Ivory 1 Box 169 Marker Flourescent 3 Colors Per Set 7 Tube/s 170 Permanent Marker - Black 25 Piece/s 171 Permanent Marker - Blue 5 Piece/s 172 Photopaper, A4, Glossy (no Watermark Back) 15 Pack/s 173 Photopaper, A4, (double Sided Glossy) 15 Dozen/s 174 Plastic Envelope With Snap Closure, Long 120 Piece/s 175 Scissor, Length: 8 Inches, Stainless Steel 13 Piece/s 176 Sign Pen - 1.0mm; Black 45 Piece/s 177 Sign Pen - 1.0mm; Blue 32 Piece/s 178 Special Paper, A4, 100's 50 Pack/s 179 Stapler No. 35 Heavy Duty W/ Remover 11 Piece/s 180 Sticky Notes For Signature 4 Pad/s 181 Sticky Or Post It Note 3inches X 4inches 2 Pad/s 182 Storage And Organizing Box 120l 2 Piece/s 183 White Board Eraser 2 Piece/s 184 Binding Machine - Heavy Duty 1 Piece/s 185 Digital Caliper 150mm Pure Stainless 1 Unit 186 Disinfectant Spray 400g 2 Can/s 187 Dishwashing Paste 4 Piece/s 188 Keyboard, Branded 1 Piece 189 Ergonomic Chair 1 Unit 190 Extension Wire - Reeled, 10m, 4 Outlet (multipurpose) 1 Piece 191 Extension Wire, 15 Outlets, 10m Length 1 Piece 192 External Hard Drive 1tb 2 Unit/s 193 Executive Office Chair, Black 1 Unit 194 Executive Office Chair, Brown 1 Unit 195 Executive Office Chair, Brown 1 Unit 196 Laptop Camera With Microphone 60fps-(compatible To Asus Rog Laptop 1 Pc 197 Microphone Wired (long Wire 1 Pc 198 Mouse, Wired, Long 2 Pc 199 Printer, 3 In 1 (print, Copy And Scan) 2 Unit 200 Tissue Interfold Paper Towel 12 Packs 201 Ups 1 Unit 202 2d Vertical Filing Cabinet Jf-v002 2 Pcs 203 Cetirizine 10 Mg Tablet (100's) 2 Boxes 204 Paracetamol Phenylpropranolamine Hcl Chlorophenamine Maleate 325mg/25mg (symdex) 100's 5 Boxes 205 Lidocaine W/ 2% Hcl (dental) 4 Boxes 206 Hyoscine-n-butylbromide 100's 1 Box 207 Paracetamol Tablet 100's 2 Box/es 208 Elastic Bandage 2"x 5 Yards X 1 Roll 5 Piece/s 209 Glucose Strips One Touch Select (25's) 25 Box/es 210 Carbocisteine Capsule 100's 1 Box 211 Ethyl Alcohol 5 Gallon/s 212 Tissue (inter-folded Pop-up 150 Pulls) 20 Pack/s 213 Elastic Bandage 4" X 5 Yard X 1 Roll 5 Piece/s 214 Toilet Tissue 20 Roll/s 215 Butamirate Tablet 50mg (100's) 1 Box/es 216 Clonidine 75microgram Tablet (100's) 1 Box/es 217 Lysol Disinfectant Concentrate 4l 1 Gallon/s 218 Glucometer One Touch 1 Unit/s 219 Medical Kit/box 1 Piece/s 220 Digital Bp Apparatus 1 Unit/s 3. The Deped Pagadian City Division Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Fifteen (15) Days From The Issuance Of Notice To Proceed. Bidders Should Have Completed, Within The Last Two (2) 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). 4. Bidding Will Be Conducted Through Competitive/public Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Deped Pagadian City Division Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Tuesday, March 25, 2025 From The Given Address And Upon Submission Of A Document Request List (drl) Printed From The Philippine Government Electronic Procurement System (philgeps) Website From The Address Below And Upon Payment Of The Bid Documents Amounted To One Thousand Pesos (php 1,000.00), The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Following Are The Requirements For Purchase Of Bidding Documents; 1. Philgeps Registration Certificate Platinum – (3 Pages) 2. Documents Request List (drl) 3. Authorization To Purchase Bidding Documents 3.1 Special Power Of Attorney (for Single Proprietorship) 4. Notarized Joint Venture Agreement (as Applicable) It Must Be Duly Received By The Bac Secretariat, Records Office At Deped Pagadian City Division On Or Before 9:00 Am Of Monday, April 7, 2025. 8. The Deped Pagadian City Division Will Hold A Pre-bid Conference On 9:00 Am Of Friday, March 24, 2025 At Deped, Asds Office, Which Shall Be Opened To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00am Of Thursday, April 7, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On 1:00 Pm Of Monday, April 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted.   11. Below Is The Detailed Schedule Of Procurement Activities: Activities Date And Time Venue Issuance Of Bidding Documents From 3/25/2025 To (8:00 Am – 5:00 Pm) 4/7/2025 Before 9:00 Am Asds Office, Deped Bldg, San Jose Heights, Pagadian City Advertisement 3/14/2025- 3/21/2025 Philgeps, Pe-website, 3 Conspicuous Places Pre-bid Conference March 24, 2025 9:00 Am Asds Office, Deped Bldg, San Jose Heights, Pagadian City Opening Of Bids April 7, 2025 1:00 Pm Asds Office, Deped Bldg, San Jose Heights, Pagadian City 12. The Deped Pagadian City Division 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. 13. For Further Information, Please Refer To: Jezreel M. Lopez Chairperson, Bac Secretariat Deped Pagadian City Division Email Add: Pagadianbacsec@gmail.com Mobile Phone Number: 09300224048 Date Of Issue: March 14, 2025 Judith V. Romaguera, Edd, Ceso Vi Asds/chairperson, Bac

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date12 May 2025
Tender AmountRefer Documents 
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.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
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)

INDIAN HEALTH SERVICE USA Tender

Others
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. Pursuant To 48 Cfr Part 326, Subpart 326.603-3 And Ihm 5.5-6, Indian Health Service Must Use The Negotiation Authority Of The Buy Indian Act, 25 U.s.c. 47, To Give Preference To Indian Economic Enterprises (iee) Whenever The Use Of That Authority Is Authorized And Practicable. the Government Is Seeking To Identify Indian Small Business Economic Enterprises (isbees), Indian Economic Enterprises (iee), And Any Other Category Of Vendor Capable Of Performing The Below Indian Health Services (ihs) Requirement. Any Vendor Responding To This Notice Should Submit Their Capability Statement As Well As The Buy Indian Act Indian Economic Enterprise Representation Form (attached). consistent With The Revised Buy Indian Act, Hhs/ihs Adopted The Definition Of An Indian Economic Enterprise (iee) Set Forth In 48 Cfr 1480.201. This Definition Includes The Following Requirement, Amongst Others:“the Indians Or Indian Tribes Must, Together, Receive At Least A Majority Of The Earnings From The Contract.”. instructions For Submission Are Outlined Further Below. definitions indian Economic Enterprise (iee): any Business Activity Owned By One Or More Indians, Federally Recognized Indian Tribes, Or Alaska Native Corporations Provided That: the Combined Indian, Federally Recognized Indian Tribe Or Alaska Native Corporation Ownership Of The Enterprise Constitutes Not Less Than 51%; the Indian, Federal Recognized Indian Tribes, Or Alaska Native Corporations Must, Together, Receive At Least 51% Of The Earnings From The Contract; And the Management And Daily Business Operations Must Be Controlled By One Or More Individuals Who Are Indians. description Of Requirement naics: 812332 – Industrial Launderers size Standard: 38.5 Million Employees duration: one Base (1) Year With Four (4) Option Years work Schedule: bfsu Business Hours Are Monday Through Friday From 8:00 Am To 4:30 Pm. The Contractor’s Schedule Shall Be Coordinated With Service Unit Staff To Ensure Sufficient Inventory. Pickup And Delivery Twice A Week Is Typical, However It May Occur Three (3) Times A Week Depending On Bfsu Patient Count. period Of Performance: date Of Service For The Purchase Order Will Be 07/01/2025 To 06/30/2026, With Four (4) Option Years. if The Government Exercises The Options Pursuant To Federal Acquisition Regulation (far) 52.217-9, Option To Extend The Term Of The Contract (mar 2000) The Period Of Performance Shall Be Extended In Accordance With The Following Schedule: Year Option Period Option Year One (1) 07/1/2026 – 06/30/2027 Option Year Two (2) 07/1/2027 – 06/30/2028 Option Year Three (3) 07/1/2028 – 06/30/2029 Option Year Four (4) 07/1/2029 – 06/30/2030 scope Of Work: the Contractor Shall Furnish The Facility Everything Required To Perform This Contract. The Contractor Shall Provide All Empty Carts, Bags, Transportation, Etc. Requested By The Housekeeping Department. Empty Carts Shall Be Left At The Location During Pickup Of Dirty Linens For The Next Scheduled Pickup. Contractor Furnished Items Will Always Remain The Property Of The Contractor And The Bags Will Not Be Used For Any Other Purpose Other Than Laundry And Linen Services. All Laundry And Dry Cleaning Delivered Under This Contract Shall Be Transported In Clean Closed Vehicles Provided By The Contractor. Clean And Soiled Laundry Shall Be Transported Separately, And The Vehicle Must Remain Clean In Order To Avoid Cross Contamination. Containers That Are Used To Transport Linen Must Be Clean And Are To Have A Clean Plastic Liner, And The Liner Is To Be Enclosed. pickup: The Contractor Will Pick Up The Soiled Articles In The Designated Area And The Dental Department At The Bfsu. Rugs Will Be Picked Up And Delivered To The Same Location Within The Bfsu And Heart Butte Clinic. The Facility Shall Provide Personnel To Assist In Checking Laundry In And Out Of The Hospital. delivery: The Contractor Shall Weigh Bulk Linen Prior To Delivery. For Line Items The Contractor Shall Record The Weighted Amount Delivered On The Delivery Ticket And The Government Representative Shall Verify This Amount. The Contractor Shall Deliver The Cleaned Linen To The Housekeeping And Dental Departments. Rugs Will Be Picked Up And Returned To Same Area. cleaned Laundry Items Will Be Returned In The Same Quantity And Type To The Same Location Where They Were Picked Up. articles Will Be Returned To The Central Pickup Point Clean, And Dry, Free Of Lint, Odor, Spots And Stains In Accordance With Standard Commercial Practices. Linen Items Will Be Pressed And Free Of Lint And Wrinkles. returns: The Contractor May Be Required To Re-perform Laundry Services That Are Determined To Be Unacceptable At No Additional Cost To The Government. the Ihs Hospital Will Be Responsible For The In-house Collection Of Soiled Linen And Distribution Of Clean Linen. The Contractor Will Distribute Articles To The Location Where They Were Received. unserviceable Items: Unserviceable Items Shall Be Returned To The Pickup/delivery Point From Which The Contractor Received Them. Determination Of Unserviceable Items Will Be Made By The Ihs Hospital. All Unserviceable Articles Shall Be Returned In A Separate Bundle, Clearly Identified As Unserviceable By The Contractor To The Pickup Location After Laundering. state Or Local Department Of Health Requirements: Compliance With Any Certification Or Labeling Requirements From State Or Local Department Of Health Regulated Is The Responsibility Of The Contractor. Reference: “guidelines For Healthcare Linen Services-1994” By Jcaho And ‘guidelines For Laundry’ In Health Care Facility” By Osha. the Contractor Will Process All Linen In Such A Way To Maximize The Cleaning Effect While Maximizing The Loss Of Tensile Strength And Whiteness Of The Linen Items. The Contractor Shall Do Routine Testing To Ensure Property Chemistry Of Maximum Cleaning Strength And Minimal Loss Of Whiteness. The Contractor Will Sort All Laundry Prior To Washing To Ensure That The Specific And Appropriate Washing Formula For The Soil Encountered Is Used. the Contractor Shall Return To The Ihs Hospital Clean Linen Sorted By Type (sheets, Towels, Blankets, Etc.) Ironed And Folded As Appropriated. dry Cleaning: Cleaning Of Articles By Immersion In Dry Cleaning Solvents And Use Of Mechanical Action. Dry Cleaning May Include Pre-spotting And Use Of Soaps And Synthetic Detergents As Required Removing Soil And Stain. instructions To Industry isbees Are Highly Encouraged To Respond To This Notice. However, Firms Must Also Understand That Generic Capability Statements Are Not Sufficient For Effective Evaluation Of Their Capacity And Capability To Perform The Work Required. To Be Considered A Capable Source, Responses Must Directly Demonstrate The Company’s Capability, Experience, And Ability To Provide Services As Shown Below. your Response Must Include But Is Not Limited To The Following: number Of Years Of Experience In Providing Routine Food Service Delivery And Customizable Menus To Healthcare Facilities list Of Past Jobs/contracts Of Providing Routine Food Service Delivery And Customizable Menus To Healthcare Facilities demonstrate How Your Company Meets The Definition For Indian Economic Enterprise (iee) In Consideration To This Requirement. demonstrate How Your Company Will Receive At Least 51% Of The Earnings From The Awarded Contract. if Identifying A Partnership With A Subcontractor That Is A Similarly Situated Entity, Demonstrate How Together With The Subcontractor You Will Receive A Combined 51% Of The Earnings From The Contract. if Identifying A Partnership With A Subcontractor That Is Not A Similarly Situated Entity, Demonstrate How You Will Receive 51% Of The Earnings From The Contract. demonstrate How The Prime Iee, Or Together With The Subcontractor, Will Conduct Management And Daily Operations To Be Controlled By One Or More Individuals Who Are Indians. failure To Address These Items In Your Capability Statement Could Exclude Your Firm From Being Determined A Capable Iee/isbee Source. submission interested Parties Capable Of Performing The Required Services May Submit A Response Via Email To: Shannon.connelly@ihs.gov No Later Than 15 Days From The Date Of The Sources Sought Announcement. interested Parties Shall Submit Their Capability Response As Instructed Above And Include A Copy Of The Buy Indian Act Indian Economic Enterprise Representation Form. It Is Recommended To Include The Sources Sought Id In The Subject Line. sources Sought Id: Bfsu-25-013. Responses Received To This Notice Will Assist In Determining The Acquisition Strategy Of The Requirement.

City Of Lamitan Tender

Machinery and Tools
Philippines
Closing Date27 Mar 2025
Tender AmountPHP 1.8 Million (USD 32.6 K)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Province Of Basilan City Government Of Lamitan Invitation To Bid Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan The City Government Of Lamitan, Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Sum Of Philippine Peso: One Million Eight Hundred Sixty-four Thousand Seven Hundred Fifty-nine Pesos And Twenty-five Centavos. (php1,864,759.25) Being The Abc To Payments Under The Contract For The Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Lamitan Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Following Abc Per Item To Payments Under The Contract Or Each Item, To Wit: Item No. Quantity Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 194 Bots Air Freshener Lemon Php247.00 Php47,918.00 2 107 Pcs Albatros With Handle 60.50 6,473.50 3 176 Bots Alcohol 500ml (casino) 131.00 23,056.00 4 44 Bots Alcohol 500ml (green Cross) 106.00 4,664.00 5 30 Bots Alcohol (250ml) Casino Ethyl 65.00 1,950.00 6 7 Gals Alcohol 825.00 5,775.00 7 46 Doz Ariel Powder - Twin Size 173.25 7,969.50 8 6 Doz Ariel With Downy (48g) 214.50 1,287.00 9 20 Pads Attachment Form #102 Birth 605.00 12,100.00 10 20 Pads Attachment Form #103 Death 605.00 12,100.00 11 5 Reams A3 Bond Paper 550.00 2,750.00 12 361 Reams A4 Bond Paper 269.00 97,109.00 13 6 Boxes Ballpen Hbw 9801 Black & Blue 250.25 1,501.50 14 52 Boxes Ballpen 12's Good Quality Black 106.00 5,512.00 15 11 Boxes Ballpen 12's Good Quality Blue 106.00 1,166.00 16 6 Boxes Ballpen 12's Good Quality Red 106.00 636.00 17 10 Boxes Box Tissue 90.00 900.00 18 409 Pcs Brown Envelope Long 14.00 5,726.00 19 167 Pcs Brown Envelope Short 10.00 1,670.00 20 14 Bots Brother Ink (bt6000) Black 687.50 9,625.00 21 2 Set Brother Ink Refill For Printer (dcp-t720dw) 3,150.00 6,300.00 22 325 Pcs Ballpen Black 10.00 3,250.00 23 100 Pcs Ballpen Red 10.00 1,000.00 24 10 Pks Battery Aa (eveready) 51.00 510.00 25 16 Pks Battery Aaa (eveready) 46.00 736.00 26 11 Bots Baygon Spray 500ml 386.00 4,246.00 27 5 Tubes Blade, For General Purpose Cutter/utility Knife 29.00 145.00 28 43 Pcs Broom - Tambo 242.00 10,406.00 29 30 Pcs Broom - Ting-ting 35.00 1,050.00 30 613 Reams Cactus Long 280.00 171,640.00 31 598 Reams Cactus Short 258.00 154,284.00 32 16 Pc Calculator 12 Digits - Good Quality 830.00 13,280.00 33 3 Boxes Carbon Paper Long (red Feather) 208.00 624.00 34 10 Pcs Cartolina 15.00 150.00 35 24 Pcs Chicago Screw 3" 19.00 456.00 36 10 Pcs Cleaner, Toilet And Urinal (gel Stamp) 26.00 260.00 37 10 Boxes Clip Binder 2" 86.00 860.00 38 10 Boxes Clip Binder 1" 35.00 350.00 39 24 Pks Coffee 3 In 1 282.00 6,768.00 40 10 Pad Columnar Sheet (24 Columnns) 88.00 880.00 41 7 Pcs Computer Mouse (usb Type) 286.00 2,002.00 42 25 Pcs Correction Pen Liquid (paper Mate) 60.50 1,512.50 43 137 Pcs Correction Tape Whiper Plus 132.00 18,084.00 44 1 Doz Cup & Saucer 598.00 598.00 45 3 Pcs Customized Receiving Stamp 600.00 1,800.00 46 5 Pcs Customized Faximile Signature Stamp 600.00 3,000.00 47 2 Pcs Customized Faximile Fullname Mayor Stamp 600.00 1,200.00 48 2 Pcs Customized Faximile Certified True Copy Stamp 600.00 1,200.00 49 1 Pc Customized Released Stamp 600.00 600.00 50 36 Pcs Cutter 99.00 3,564.00 51 12 Pcs Dater 132.00 1,584.00 52 55 Bots Dishwashing Liquid (250 Ml) 97.00 5,335.00 53 69 Bots Dishwashing Liquid 495ml 150.00 10,350.00 54 50 Ties Diswashing Powder 65.00 3,250.00 55 20 Pcs Diswashing Soap 30.00 600.00 56 25 Pcs Detergent Bar 31.00 775.00 57 66 Bots Domex 500ml 125.00 8,250.00 58 35 Pcs Doormat 181.50 6,352.50 59 49 Rolls Double Sided Tape 1" 27.50 1,347.50 60 28 Pcs Dust Pan 168.00 4,704.00 61 16 Pcs Dipper 77.00 1,232.00 62 1 Pc Dish Drainer 564.00 564.00 63 64 Gals Downy 3.8l 841.00 53,824.00 64 21 Pcs Dest Tray - 3 Layers 770.00 16,170.00 65 92 Bots Elmer's Glue - 130g 77.00 7,084.00 66 20 Bots Elmer's Glue Big 473ml 393.25 7,865.00 67 6 Bots Epson Ink 001 Black 786.50 4,719.00 68 76 Bots Epson Ink Black 003 786.50 59,774.00 69 31 Bots Epson Ink Cyan 003 786.50 24,381.50 70 30 Bots Epson Ink Magenta 003 786.50 23,595.00 71 30 Bots Epson Ink Yellow 003 786.50 23,595.00 72 42 Bots Epson Ink Black T6641 385.00 16,170.00 73 18 Bots Epson Ink Cyan T6642 385.00 6,930.00 74 20 Bots Epson Ink Magenta T6643 385.00 7,700.00 75 19 Bots Epson Ink Yellow T6644 385.00 7,315.00 76 97 Bots Epson Ink 664 Black 385.00 37,345.00 77 48 Bots Epson Ink 664 Cyan 385.00 18,480.00 78 48 Bots Epson Ink 664 Magenta 385.00 18,480.00 79 48 Bots Epson Ink 664 Yellow 385.00 18,480.00 80 15 Sets Epson Ink 664 (4 Set Of Color) 1,540.00 23,100.00 81 15 Sets Epson Ink 003 3,146.00 47,190.00 82 2 Set Epson Ink 001 3,146.00 6,292.00 83 654 Pcs Expanding Envelope Long 25.00 16,350.00 84 175 Pcs Expanding Folder Long 25.00 4,375.00 85 8 Pcs External Hard Drive 1tb 4,950.00 39,600.00 86 119 Boxes Fastener - Plastic 54.00 6,426.00 87 10 Pcs Feather Dust 270.00 2,700.00 88 25 Pcs Flashlights Rechargeable 500.00 12,500.00 89 10 Pcs Flower Pot Plastic Big 246.00 2,460.00 90 6 Pcs Flower Pot Plastic Medium 186.00 1,116.00 91 587 Pcs Folder Short White 13.25 7,777.75 92 952 Pcs Folder Long White 14.00 13,328.00 93 10 Pcs Folder Racks 300.00 3,000.00 94 1 Doz Fork 60.00 60.00 95 20 Pcs Form 102 Birth 605.00 12,100.00 96 20 Pads Form 103 Death 605.00 12,100.00 97 20 Pads Form 97 Marriage 605.00 12,100.00 98 3 Bots Furniture Polisher 250ml (pledge) 122.00 366.00 99 1 Doz Glass 820.00 820.00 100 38 Bots Glass Cleaner 500ml 175.00 6,650.00 101 12 Bots Glade Car Gel 202.00 2,424.00 102 4 Pcs Glue Gun Small 422.00 1,688.00 103 45 Pcs Glue Stick 44.00 1,980.00 104 10 Boxes Gun Tucker Wire 82.00 820.00 105 7 Bots Hand Soap 500ml 238.00 1,666.00 106 4 Pcs Hand Towel 378.00 1,512.00 107 2 Pcs Hbw Stapler 9949-1 With Remover 284.00 568.00 108 5 Pks Index Card 1/2" (for Inventory) 36.00 180.00 109 2 Pcs Keyboard Wired A4tech Pk-8572 1,100.00 2,200.00 110 4 Pcs Kyocera Tk-1175 Toner Kit 8,892.00 35,568.00 111 5 Pcs Kyocera Toner Tk-4109 9,660.00 48,300.00 112 1 Box Laid Paper Short 1,125.00 1,125.00 113 15 Pcs Led Bulb 9 Watts 145.00 2,175.00 114 5 Pcs Liquid Pencil 35.75 178.75 115 61 Bots Lysol (170ml) 302.00 18,422.00 116 5 Boxes Mailing Envelope Long White 390.00 1,950.00 117 5 Pads Marriage Application 605.00 3,025.00 118 46 Rolls Masking Tape 2" 33.00 1,518.00 119 95 Boxes Mygel .5 Black 401.00 38,095.00 120 11 Boxes Mygel .7 Blue 401.00 4,411.00 121 1 Box Mygel .5 Red 401.00 401.00 122 4 Pcs Mopper With Mop Head 481.25 1,925.00 123 5 Pcs Mouse Pad 242.00 1,210.00 124 5 Gals Muriatic Acid 220.00 1,100.00 125 60 Kls Native Coffee 88.00 5,280.00 126 1000 Pcs Ownership Record Card 40.25 40,250.00 127 46 Rolls Packing Tape 2" 55.00 2,530.00 128 2 Pcs Padlock 144.00 288.00 129 45 Pads Page Marker (assorted Color) Sign Here 35.75 1,608.75 130 7 Pcs Pail 170.00 1,190.00 131 38 Boxes Paper Clamp Big 86.00 3,268.00 132 9 Box Paper Clamp Small 38.50 346.50 133 86 Boxes Paper Clip Jumbo - Colored 43.50 3,741.00 134 53 Boxes Paper Clip Small - Colored 32.50 1,722.50 135 105 Pks Paper Cups 82.50 8,662.50 136 2 Pcs Paper Cutter Board 1,072.50 2,145.00 137 46 Boxes Pencil Mongol No.2 120.50 5,543.00 138 3 Pcs Pencil Sharpener 435.00 1,305.00 139 5 Pcs Puncher Heavy Duty 2 Holes 342.00 1,710.00 140 20 Pcs Photo/certificate Frame 363.00 7,260.00 141 99 Pks Photo Paper A4 (best Quality) 126.00 12,474.00 142 62 Pks Photo Paper Sticker 191.00 11,842.00 143 5 Reams Pink Paper With Holes 357.50 1,787.50 144 7 Boxes Push Pin 50's 33.00 231.00 145 5 Boxes Pilot Pen Black 601.00 3,005.00 146 106 Pcs Pilot Pen - Black 51.00 5,406.00 147 5 Pcs Pilot Pen - Blue 51.00 255.00 148 10 Pcs Plastic Handy Envelope 162.00 1,620.00 149 1 Doz Plate 406.00 406.00 150 10 Pcs Plus Correction Tape Refill 132.00 1,320.00 151 100 Cases Purified Drinking Water 264.00 26,400.00 152 3 Boxes Pvc Cover A4 858.00 2,574.00 153 25 Pcs Raincoat - Poncho 650.00 16,250.00 154 5 Pcs Rechargeable Battery Aaa 600.00 3,000.00 155 5 Pcs Rechargeable Battery With Charger Aa 1,800.00 9,000.00 156 65 Pcs Record Book 500 Leaves 122.00 7,930.00 157 46 Pcs Record Book 300 Leaves 101.25 4,657.50 158 10 Boxes Ring Binder 1" 35.00 350.00 159 10 Boxes Ring Binder 1.5" 70.00 700.00 160 3 Pcs Ruler Plastic 12 Inches 11.00 33.00 161 3 Pcs Ruler Steel 12 Inches 125.00 375.00 162 12 Pks Sando Bag Big 264.00 3,168.00 163 80 Pcs Scissors Big Heavy Duty 112.25 8,980.00 164 33 Rolls Scotch Tape 1" 19.00 627.00 165 57 Rolls Scotch Tape 2" Transparent 60.00 3,420.00 166 5 Rolls Scotch Tape 2" Brown 60.00 300.00 167 1 Pc Scotch Tape Dispenser 420.00 420.00 168 2 Pcs Self Inking Stamp (certified True Copy) 450.00 900.00 169 2 Pcs Self Inking Stamp (released) 450.00 900.00 170 6 Pcs Sign Pen - Black 33.00 198.00 171 1 Box Sign Pen (black 1.0) Pilot V7 1,030.00 1,030.00 172 1 Box Sign Pen (blue 1.0) Pilot V7 1,030.00 1,030.00 173 3 Boxes Sign Pen (finetech) 1,050.00 3,150.00 174 30 Pcs Slippers Size 10 59.00 1,770.00 175 5 Pks Special Paper A4 (cream) 78.75 393.75 176 20 Pks Special Paper Short 44.00 880.00 177 3 Pcs Sponge 30.00 90.00 178 1 Doz Spoon 60.00 60.00 179 8 Pcs Stamp Pad 57.75 462.00 180 12 Bots Stamp Pad Ink Purple 475ml 158.00 1,896.00 181 15 Bars Soap Bar 32.00 480.00 182 12 Pcs Soap (safeguard) 48.75 585.00 183 3 Boxes Staple Wire #10 17.00 51.00 184 136 Boxes Staple Wire #35 81.00 11,016.00 185 61 Pcs Stapler #35 With Remover 549.00 33,489.00 186 2 Pads Sticky Notes 71.50 143.00 187 11 Pks Sticker Paper Long (matte) 76.00 836.00 188 57 Pcs Stabilo Highlightener 41.25 2,351.25 189 25 Kls Sugar Brown 54.00 1,350.00 190 5 Kls Surf With Downy Powder (1000g) 142.00 710.00 191 10 Pcs Table Napkins 59.00 590.00 192 15 Boxes Thumbtacks 21.00 315.00 193 219 Rolls Tissue Joy 2 Ply 20.00 4,380.00 194 46 Rolls Tissue 4 Ply 20.00 920.00 195 47 Doz Tissue 238.00 11,186.00 196 40 Rolls Trash Bag Medium 93.00 3,720.00 197 25 Rolls Trash Bag Large 97.50 2,437.50 198 27 Pcs Trash Can Big With Cover 885.50 23,908.50 199 23 Pcs Tornado Mop 1,003.75 23,086.25 200 5 Pcs Toilet Brush 206.25 1,031.25 201 3 Pc Usb 16gb 263.00 789.00 202 13 Pcs Usb 32gb 425.00 5,525.00 203 21 Pcs Usb 64 Gb Sandisk 513.00 10,773.00 204 15 Pcs Usb Otg 32gb 1,157.00 17,355.00 205 43 Pks Vellum Paper Long (10's) 49.50 2,128.50 206 33 Pks Vellum Paper Short (10's) 44.00 1,452.00 207 2 Pcs Wall Clock 574.00 1,148.00 208 12 Pks Wet Wipes 66.00 792.00 209 1 Boxes Whiper Refill 1,320.00 1,320.00 210 5 Pcs White Board Marker Black 86.00 430.00 211 1 Box White Board Marker Black Pilot 1,030.00 1,030.00 212 8 Pcs Wooden Brush Big With Handle 82.50 660.00 213 66 Pads Yellow Paper 37.00 2,442.00 214 60 Gals Zonrox Disinfectant (original) 174.00 10,440.00 ****nothing Follows**** Total Php1,864,759.25 Bids Received In Excess Of The Abc For Each Item Shall Be Automatically Rejected At Bid Opening. 1. The City Government Of Lamitan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Prospective Bidders May Obtain Further Information From City Government Of Lamitan Bids And Awards Committee Office, 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City And Inspect The Requisite Bidding Documents At The Address Given Above During Mondays – Fridays (8:00 Am – 5:00 Pm). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5-27, 2025 Until 10:00 Am From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The City Government Of Lamitan Will Hold A Pre-bid Conference On March 13, 2025 10:00am At The Office Of The Bids And Awards Committee (bac) 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City, Basilan. 5. Bidders Are Advised To Contact The Bac Secretariat And Submit A Letter Of Intent On/before The Scheduled Pre-bid Conference. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 Am On March 27, 2025.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 27, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Lamitan 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. For Further Information, Please Refer To: Mr. Omar S. Alfaro Bac Head Secretariat, Bids And Awards Committee Bac Conference Room, 3rd Floor, Main Building, City Hall Complex, Rizal Ave., Brgy. Maganda, Lamitan City, Basilan 09758223958/lamitanbac.22@gmail.com March 05, 2025 Forester Allan R. Tura Chairperson, Bids And Awards Commitee

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date24 Apr 2025
Tender AmountRefer Documents 
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.
5741-5750 of 5775 archived Tenders