Detergent Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.20|wvn|(717) 605-2147|markus.a.hamilton.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a
|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Sceduled Delivery.
Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priori Ies And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluaton Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Li-soc Item - It Has Been Determined That This Item Falls Within Both The Level I Boundary And The Scope Of Certification (soc) Boundary.
1.1.2 This ;parts Kit; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May Require
testing.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b367 | | | |130701|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=sae Ams 6931 | | |d |171201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=mil-prf-9954 | | |d |090416|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=ss800-ag-man-010/p-9290 | | |a |200324|a| |42|
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;parts Kit For A Size 2 Inch Ball Valve, Consisting Of One Ball, Piece 60l1, On Navsea Drawing 8617511 And Two Mating Seats, Piece 20, On Navsea Drawing 7285297 With Er2640-801x1e1, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;ball - Piece 60l1 On Navsea Drawing 8617511;
material - Sae-ams-6931
or
centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6.
note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6"
to 10", Must Be Applied.
part - ;seats (q3) - Piece 20 On Navsea Drawing 7285297;
material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only)
item Property Astm Test Method Value
(a) Specific Gravity D792 (note 1) 1.50 - 1.57
(b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F)
(c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi
(d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In
(e) Compressive Stress D695 2100 @ 1% Def.
(min - Psi) (notes 1 & 5) 11,000 @ 10% Def.
(f) Water Absorption D570 .30% Max 24 Hours
(g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15
(h) Teflon Fiber Content (note 2) 18 - 23%
(i) Dimensional Change (note 4) .7% Max
notes:
1. Material Conditioning Prior To Test Is At The Vendor's Option.
2. Teflon Fiber Content - As Certified By Dupont (raw Material).
3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following:
A. Diameter 1/32"
B. Length 1/8"
C. Density 6 Indications Per 100 Sq In
4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The
specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And
measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified.
^mineral Oil Meets The Specification As Listed Below:
description.......................passes U.s.p. Test (usp Xx, P.1143)
solubility........................passes U.s.p. Test (usp Xx, P.1143)
neutrality........................passes U.s.p. Test (usp Xx, P.532)
readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532)
limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532)
solid Paraffin....................passes U.s.p. Test (usp Xx, P.532)
specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900
viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus)
flash Point Cleveland Open Cup....420 Deg F (216c) (typical)
refractive Index @ 20c (68f)......1.480 (typical)
5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For
rejection.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below.
test - Hydrostatic Test
item - Each Ball
performance - 30 Minutes At ;1050 Psi; With Stem Hole Plugged
acceptance - No Weeping, Leakage, Or Permanent Deformation.
the Following May Be Substituted By Manufacturers Who Do Not Posess A Hydrostatic Test Fixture:
test - Dye Penetrant Inspection
item - Each Ball
performance - T9074-as-gib-010/271
acceptance - S9074-ar-gib-010a/278 (castings) / Mil-std-2035 (wrought)
3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows:
machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id
blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North
kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation,
allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final
finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16.
clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste.
^ Reference Customer Number Pli00499 When Ordering Wool Pad.
^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process."
3.5 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The
drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.6 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/.
3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22
of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures Qualified
under S9074-aq-gib-010/248 For All Production And Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.10 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.10.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.10.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.10.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.11 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.12 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.13 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.13.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
^ Quality Assurance Requirements ^
3.14 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.15 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.15.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.15.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.15.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.15.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.15.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.15.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.15.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.15.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.15.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.15.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.15.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.16 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.16.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.16.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.16.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.16.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.16.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.17 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.17.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.17.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.18 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.19 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.19.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.19.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.19.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.19.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.20.2 Inspection For Completeness And Proper Type.
3.20.3 Verification Of Material Quality Received.
3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.20.6 Identification And Protection From Improper Use Or Disposition.
3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.20.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.22 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The
material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.22.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;balls Shall Be Marked In The Air/waterway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.22.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.22.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.23 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.23.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.23.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.23.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.23.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.23.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.23.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.24 Material Handling - The Written Material Control Process Must Include The Following:
3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.24.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.24.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And
marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.25 Receiving Inspection
3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.25.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.26 Discrepancy Reporting
3.26.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.27.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.27.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.28 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs
- Feb 24 2012 - Added Appropriate Ut Acceptance Classes
- May 15 2012 - Updated Test Method And Note 2
- Jun 14 2012 - Added (properties Specified Below Only)
- Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 17 2011 - Began Using Ecds For Submissions
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Oct 05 2006 - Added Configuration Control Definitions
;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date24 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.20|wvn|717-605-2147|markus.a.hamilton.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a
|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Markus.a.hamilton.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.
Pnsy Review/acceptance Of Certification Cdrls 6 Working Daysafter Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The
solicitation.
7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
drawing Data=7285198 |53711| N| |d|0001 | M|49998|1247552
drawing Data=7286278 |53711| C| |d|0001 | C|49998|0632552
drawing Data=7286651 |53711| D| |d|0001 | D|49998|3035653
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b367 | | | |220401|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=sae Ams 6931 | | |d |171201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=mil-prf-9954 | | |d |060416|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;parts Kit For A Size 5 Inch Ball Valve, Must Be In Accordance With Naval Sea Systems Commanddrawing 7286651, Consisting Of One Ball, Item 12 And Two Mating Seats, Item 13, Except As Amplified Or Modified Herein.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;ball (l1) - Piece 84 Of Drawing 7285198;
material - Sae-ams-6931
or
centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6.
note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6"
to 10", Must Be Applied.
part - ;seats (q3) - Piece 14 Of Drawing 7286278;
material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only)
item Property Astm Test Method Value
(a) Specific Gravity D792 (note 1) 1.50 - 1.57
(b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F)
(c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi
(d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In
(e) Compressive Stress D695 2100 @ 1% Def.
(min - Psi) (notes 1 & 5) 11,000 @ 10% Def.
(f) Water Absorption D570 .30% Max 24 Hours
(g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15
(h) Teflon Fiber Content (note 2) 18 - 23%
(i) Dimensional Change (note 4) .7% Max
notes:
1. Material Conditioning Prior To Test Is At The Vendor's Option.
2. Teflon Fiber Content - As Certified By Dupont (raw Material).
3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following:
A. Diameter 1/32"
B. Length 1/8"
C. Density 6 Indications Per 100 Sq In
4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The
specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And
measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified.
^mineral Oil Meets The Specification As Listed Below:
description.......................passes U.s.p. Test (usp Xx, P.1143)
solubility........................passes U.s.p. Test (usp Xx, P.1143)
neutrality........................passes U.s.p. Test (usp Xx, P.532)
readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532)
limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532)
solid Paraffin....................passes U.s.p. Test (usp Xx, P.532)
specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900
viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus)
flash Point Cleveland Open Cup....420 Deg F (216c) (typical)
refractive Index @ 20c (68f)......1.480 (typical)
5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For
rejection.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Hydrostatic Test
item - Each Ball
performance - 30 Minutes At ;1050 Psi; With Stem Hole Plugged
acceptance - No Weeping, Leakage, Or Permanent Deformation.
the Following May Be Substituted By Manufacturers Who Do Not Posess A Hydrostatic Test Fixture:
test - Dye Penetrant Inspection
item - Each Ball
performance - T9074-as-gib-010/271
acceptance - S9074-ar-gib-010a/278 (castings) / Mil-std-2035 (wrought)
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.5 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows:
machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id
blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North
kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation,
allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final
finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16.
clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste.
^ Reference Customer Number Pli00499 When Ordering Wool Pad.
^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process."
3.6 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must
apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay.
3.7 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The
drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.8 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/.
3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications,
or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be
submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.10 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.10.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.10.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.10.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.11 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.12 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.13 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.13.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
^ Quality Assurance Requirements ^
3.14 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.15 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.15.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.15.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.15.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.15.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.15.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.15.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.15.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.15.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.15.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.15.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.15.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.15.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.16 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.16.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.16.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.16.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.16.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.16.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.17 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.17.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.17.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.18 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.19 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.19.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.19.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.19.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.19.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.20.2 Inspection For Completeness And Proper Type.
3.20.3 Verification Of Material Quality Received.
3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.20.6 Identification And Protection From Improper Use Or Disposition.
3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.20.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.22 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The
material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.22.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Waterway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.22.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.22.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.23 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.23.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.23.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.23.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.23.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.23.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.23.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.24 Material Handling - The Written Material Control Process Must Include The Following:
3.24.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.24.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.24.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.24.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And
marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.25 Receiving Inspection
3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.25.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.26 Discrepancy Reporting
3.26.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.27 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.27.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.27.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.27.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.28 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs
- Feb 24 2012 - Added Appropriate Ut Acceptance Classes
- May 15 2012 - Updated Test Method And Note 2
- Jun 14 2012 - Added (properties Specified Below Only)
- Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date28 Apr 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Others
United States
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.
Closing Date28 Apr 2025
Tender AmountRefer Documents
City Of Lamitan Tender
Machinery and Tools
Philippines
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
Closing Date27 Mar 2025
Tender AmountPHP 1.8 Million (USD 32.8 K)
Department Of Environment And Natural Resources - DENR Tender
Chemical Products
Philippines
Details: Description Request For Quotation Date: Quotation No.: Company Name: Address: T.i.n.: Dear Sir/ma'am: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ____________________ In The Return Envelope Attached Herewith. Atty. Claudio A. Nistal, Jr. Note: 1. All Entries Must Be Typewritten/ Written In Ink Oic, Ard For Management Services 2. Delivery Period Within ________________________ Calendar Days. Bac, Chairperson 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of __________________________ Calendar Days. 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered. Item No. Item & Description Abc Qty. Unit Unit Price Total Cost (php) Unit Cost Total Cost Pesticides Or Pest Repellents 1 Insecticide, Aerosol Type, Net Content:600ml Min 350.00 7,350.00 21 Can Color Compounds And Dispersions 0 2 Stamp Pad Ink, Black, 50ml/bottle 45.00 450.00 10 Bottle 3 Stamp Pad Ink, Blue, 50ml/bottle 45.00 540.00 12 Bottle 4 Stamp Pad Ink, Purple Or Violet, 50ml/bottle 50.00 200.00 4 Bottle Films - 0 5 Laminating Film, 3m 930.00 11,160.00 12 Roll 6 Laminating Film,clear, 9inx50m,250mic 500.00 500.00 1 Ream 7 Pvc Cover, A4 Size 850.00 13,600.00 16 Pack 8 Pvc Cover, Long Size 900.00 12,600.00 14 Pack Paper Materials And Products - 0 9 Canon Paper, Beige & Green Color, Long Size 1,200.00 2,400.00 2 Box 10 Facial Tissue, In A Box, 100's Pulls Per Box Min. 100.00 1,600.00 16 Box 11 Facial Tissue Refill ,2 Ply Sheets, 150pulls Per Box Min. 280.00 3,360.00 12 Box 12 Note Pad, 2"x3", 100 Sheets Per Pad 40.00 400.00 10 Pad 13 Note Pad, 3"x3", 100 Sheets Per Pad 35.00 420.00 12 Pad 14 Paper, Bond, Substance 24, Size Short 210.00 5,250.00 25 Ream 15 Photo Paper, A4, Glossy, 10's/pack 60.00 2,280.00 38 Pack 16 Photo Paper, Legal, Glossy, 10's/pack 100.00 1,700.00 17 Pack 17 Post-it Page Markers,pastel Colors 2x3, 90sheets/pad 39.00 195.00 5 Pad 18 Post-it Page Markers, 5 Assorted Bright Colors, 50sheets/pad 200.00 1,000.00 5 Pad 19 Post-itnotes, 1 3/8"x 1 7/8", Cape Town Collection, 18 Pads/pack, 100 Sheets/pad 50.00 250.00 5 Pad 20 Laid Paper For Certificate , A4 Size 800.00 4,000.00 5 Box 21 Special Paper Board, Legal Size, 20's/pack, Color: White 70.00 6,650.00 95 Pack 22 Special Paper Board, Legal Size Color: White 1,200.00 2,400.00 2 Box 23 Special Paper Board, Vellum Board, Legal , 20s /pack Color: White 600.00 6,000.00 10 Pack 24 Special Paper Board, Long Size, Gsm 180, Color: White 1,200.00 1,200.00 1 Box 25 Special Paper Board, Vellum Board, A4 Sizel , 20s /pack Color: White 600.00 6,000.00 10 Pack 26 Special Paper Board, A4 Size, 20's/pack, Color: White 55.00 1,100.00 20 Pack 27 Special Paper Board, A4 Size,color: White 900.00 900.00 1 Box 28 Special Paper Board. A4 Size 20's/pack, Color Palecream 59.00 1,770.00 30 Pack 29 Special Paper Board, Short Color: White 60.00 1,200.00 20 Pack 30 Special Paper, Legal Size, 20's/pack, Color Cornfield Cream 65.00 2,600.00 40 Pack 31 Special Paper Board. Legal Size 20's/pack, Color Palecream 65.00 1,625.00 25 Pack 32 Sticker Paper, Long, Color White, 20's/pack 110.00 12,320.00 112 Pack 33 Sticky Note "sign Here" Design 45.00 3,285.00 73 Pack 34 Sticky Note, 3x4, Neon Colors, 100 Sheets/pad 65.00 1,885.00 29 Pad 35 Sticky Note, 3x5, 100 Sheets/pad Color: Pink & Green 28.00 280.00 10 Pad 36 Sticky Note, 3x6 40.00 1,040.00 26 Pad 37 Sticky Notes, 76mmx76mm, Color Yellow 40.00 560.00 14 Pad Batteries And Cells And Accessories - 0 38 Battery Charger For Rechargeable Battery Aa/aaa 2,190.00 2,190.00 1 Piece 39 Battery, Rechargeable, Size Aa, 1000mah, 2's/packet 1,200.00 1,200.00 1 Packet 40 Battery, Rechargeable, Size Aaa, 1000mah, 2's/packet 1,200.00 1,200.00 1 Packet 41 Battery, Size Aa, Alkaline, 2's/packet 160.00 3,040.00 19 Packet 42 Battery, Size Aaa, Alkaline, 2's/packet 160.00 3,680.00 23 Packet Manufacturing Components And Supplies - 0 43 Double-sided Tape, Color Green, With Foam 50.00 750.00 15 Pcs 44 Double-sided Tape, Color White, Without Foam 50.00 2,500.00 50 Roll 45 Duck Tape, 2", Assorted Color 100.00 2,600.00 26 Roll 46 Duck Tape, 2",color: Grey 100.00 100.00 1 Piece 47 Duck Tape, 2",color: Grey & White 100.00 600.00 6 Roll 48 Glue Gun, Big Size 500.00 1,000.00 2 Piece 49 Glue Stick, Big Size 350.00 700.00 2 Kilo 50 Glue, All Purpose 650.00 650.00 1 Gallon 51 Glue, All Purpose, Gross Weight: 200 Grams Min 60.00 2,280.00 38 Jar 52 Staple Wire, Heavy Duty, 23/17, For Heavy Duty Staplers, Metal, Non-rust, Chisel Point, 0.60mm Thickness, 13mm Width, 17mm Leg Length, 100 Staples Per Trip, 1,000 Staples Per Box, 90-135 Sheets Of 70 Gsm Bond Paper 75.00 6,000.00 80 Box 53 Staple Wire Remover, Twin Jaws 35.00 70.00 2 Piece 54 Staple Wire, Standard, 5000pcs/box 50.00 2,250.00 45 Box 55 Stapler, With Staple Wire Remover, #35 285.00 6,555.00 23 Piece 56 Stapler, With Staple Wire Remover, Heavy Duty 500.00 2,500.00 5 Piece 57 Tape, Packaging, Width: 48mm (±1mm) 45.00 450.00 10 Roll 58 Tape, Transparent, Width: 24mm (±1mm) 30.00 1,380.00 46 Roll 59 Tape, Transparent, Width: 48mm (±1mm) 40.00 2,000.00 50 Roll Cleaning Equipment And Supplies - 0 60 Air Freshener, 280ml/150g Min, Anti-bacterial/virus 550.00 9,350.00 17 Can 61 All Purpose Brush, With Short Handle 35.00 70.00 2 Piece 62 All-purpose Liquid Glass Cleaner 160.00 1,120.00 7 Bottle 63 Broom, Soft (tambo) 128.00 1,664.00 13 Piece 64 Broom, Stick (ting-ting), Usable Length: 760mm Min 35.00 315.00 9 Piece 65 Car Freshener 350.00 700.00 2 Can 66 Chamoist 150.00 300.00 2 Piece 67 Cleaner, Toilet Bowl And Urinal, Scented, 500ml (advanced Toilet Cleaner With Combine Cleaning And Francing) 150.00 3,750.00 25 Bottle 68 Clorine Powder 350.00 1,750.00 5 Kilo 69 Detergent Powder Soap, All Purpose, Machine And Handwash, 500 Grams/pouch, Scented 75.00 3,675.00 49 Pouch 70 Dishwashing Liquid Soap, Anti-bacterial, 500grams 140.00 4,060.00 29 Bottle 71 Dishwashing Paste, Anti-bacterial 75.00 1,575.00 21 Jar 72 Dishwashing Sponge 25.00 1,300.00 52 Piece 73 Disinfectant Spray, Aerosol Type, 400-550 Grams 500.00 12,500.00 25 Can 74 Disinfectant, Multi-action Cleaner, Liquid, 800ml 300.00 900.00 3 Pouch 75 Dipper, Regular Size Color: Blue /red 55.00 165.00 3 Piece 76 Doormat, Cotton, 60"x40" 60.00 840.00 14 Piece 77 Dust Pan, No Rigid Plastic W/ Detachable Handle 120.00 240.00 2 Piece 78 Fabric Conditioner, Perfumed, 400ml/pouch 240.00 11,760.00 49 Pouch 79 Floor Mop, With 2 Microfiber Rotating Head 1,000.00 3,000.00 3 Pcs 80 Floor Rag, Large Size, Cotton Material 180.00 180.00 1 Piece 81 Furniture Liquid Wax, 1l Bottle 450.00 2,250.00 5 Bottle 82 Furniture Polish 280.00 560.00 2 Can 83 Liquid Hand Soap, 750ml, With Dispenser, Anti-bacterial/virus 229.00 1,145.00 5 Bottle 84 Liquid Hand Soap, With Dispenser, Anti-bacterials 150.00 600.00 4 Bottle 85 Liquid Plumber, Cleans Clogged Pipes, Sinks, Drains, Dissolved Hair And Grease 135.00 405.00 3 Bottle 86 Muriatic Acid, Pure 250.00 3,250.00 13 Gallon 87 Oxalic Powder 150.00 750.00 5 Kilo 88 Pail (tabo) Color: Red/blue 335.00 335.00 1 Piece 89 Soap, Bathroom, 90 Grams, 1 Piece In Individual Box 69.00 690.00 10 Piece 90 Spin Mop, Heavy Duty, With Bucket 1,000.00 7,000.00 7 Set 91 Stain Remover, Liquid Bleach 190.00 1,900.00 10 Gallon 92 Stain Remover, Liquid Bleach-colored 190.00 760.00 4 Gallon 93 Toilet Bowl Brush, With Long Handle 159.00 477.00 3 Piece 94 Toilet Deodorant Cake, 99% Paradichlorobenzene, 50fms, 3pcs/pack 70.00 2,940.00 42 Pack 95 Trashbag, Plastic, Black, 940mm, 10's/roll 50.00 800.00 16 Roll 96 Trashbag, Plastic, Size 22"x24", 10's/pack 50.00 1,650.00 33 Pack 97 Trashbag, Plastic, Size 30"x37", 10's/pack 80.00 3,440.00 43 Pack 98 Trashbag, Plastic, Size: 37''x37'', Black, 10's/pack 120.00 5,280.00 44 Pack Office Equipment And Accessories And Supplies - 0 99 Certificate Holder, Short 40.00 880.00 22 Piece 100 Clear Certificate Frame, Size 8"x13" 150.00 1,500.00 10 Piece 101 Clip Bulldog (3'') 200.00 2,000.00 10 Box 102 Clip, Backfold 15mm 25.00 150.00 6 Box 103 Clip, Backfold, All Metal, Clamping: 19mm (-1mm) 28.00 896.00 32 Box 104 Clip, Backfold, All Metal, Clamping: 25mm (-1mm) 50.00 1,250.00 25 Box 105 Clip, Backfold, All Metal, Clamping: 32mm (-1mm) 80.00 2,880.00 36 Box 106 Clip, Backfold 41mm 85.00 510.00 6 Box 107 Clip, Backfold, All Metal, Clamping: 50mm (-1mm) 105.00 4,095.00 39 Box 108 Clip, Backfold 51mm 110.00 660.00 6 Box 109 Correction Tape, Disposable, 5mmx8m, In Individual Plastic Case 50.00 15,250.00 305 Piece 110 Correction Fluid 180.00 900.00 5 Piece 111 Data File Box, Double Size, Made Of Chipboard, With Cover 350.00 8,750.00 25 Box 112 Data Folder With Finger Ring, Taglia Lock, Color Blue, Landscape-type 145.00 15,950.00 110 Piece 113 Data Folder With Finger Ring, Taglia Lock, Color Blue, Portrait-type, 76mmx230mmx380mm 140.00 15,400.00 110 Piece 114 Dater Stamp, Rubberized 95.00 475.00 5 Piece 115 Envelope, Expanding, Size Long, 100's/box 1,400.00 9,800.00 7 Box 116 Envelope,color: Brown, Legal Size 10.00 500.00 50 Piece 117 Envelope, Mesh Zipper Bags (long) 35.00 3,500.00 100 Box 118 Envelope, Mailing,white, 80gsm (-5%) 400.00 4,000.00 10 Box 119 Envelope, Plastic Colored Snap Type ( Long313-l) 45.00 9,000.00 200 Piece 120 Fastener, Metal, 70mm Between Prongs 82.00 2,870.00 35 Box 121 Fastener, Plastic/coated, 50 Sets/box 55.00 220.00 4 Box 122 Fastener, Round Head, 1-1/4" 70.00 350.00 5 Box 123 File Box With Cover Color: Red 450.00 9,000.00 20 Piece 124 File Tray, Metal, 3 Layers Color: Black 620.00 620.00 1 Piece 125 Folder, Expanding, Legal Size, 100s/box 1,400.00 21,000.00 15 Box 126 Folder, Expanding, Legal Size,color: Green 15.00 1,500.00 100 Piece 127 Folder, White, Long Size 600.00 4,200.00 7 Box 128 Marker, Fluorescent, Yellow (neon Colors) 60.00 300.00 5 Set 129 Marker, Permanent, Broad Type, Black 60.00 300.00 5 Piece 130 Marker, Permanent, Bullet Type, Black 60.00 480.00 8 Piece 131 Marker, Whiteboard, Black, Felt Tip, Broad 60.00 180.00 3 Piece 132 Marker, Whiteboard, Black, Felt Tip, Bullet Type 45.00 585.00 13 Piece 133 Marker, Whiteboard, Blue, Felt Tip, Broad 610.00 610.00 1 Box 134 Mega File Box Color: Red W/ Cover (double/big Size) 400.00 8,000.00 20 Piece 135 Paper Clips, Assorted Colors, 100s/box 75.00 225.00 3 Box 136 Puncher, Paper, Heavy Duty, With Two Hole Guide, 1 Piece In Individual Box 200.00 5,200.00 26 Unit 137 Push Pin, Flat Head Type, Assorted Color, 100's/box 50.00 1,200.00 24 Box 138 Push Pin, Hammer Head, 100's/box 50.00 650.00 13 Box 139 Rubber Band, 70mm Min Lay Flat Length (#18) 185.00 2,590.00 14 Box 140 Rubber Stamp 400.00 800.00 2 Box 141 Scissors, Stainless, 8" 120.00 1,800.00 15 Pair 142 Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min 75.00 150.00 2 Piece 143 Stapler, Heavy Duty Metal Stapler, Rear Loading And With Maintenance Rod, Adjustable Paper Stop 600.00 11,400.00 19 Unit 144 Type Write Ribbon, Underwood Black 8m 500.00 500.00 1 Piece Arts And Crafts Equipment And Accessories And Supplies - 0 145 Ball Pen, Black 10.00 5,850.00 585 Piece 146 Ball Pen, Gel Ink., .7mm, Black 24.50 1,421.00 58 Piece 147 Ball Pen, Gel Ink., .7mm, Red 24.50 833.00 34 Piece 148 Fineline 0.8, Black, Pigmented Ink 85.00 2,040.00 24 Pc 149 Ring Binder, 80 Rings, Plastic 50mmx1.12mm (2"x44") 205.00 1,025.00 5 Bundle 150 Ring Binder, 80 Rings, Plastic 25mmx1.12mm (1"x44") 205.00 1,025.00 5 Bundle 151 Sewing Pin (pok Pok) 30.00 150.00 5 Pad 152 Sign Pen Refill, 0.5, Color Black 20.00 600.00 30 Piece 153 Sign Pen Refill, 0.7, Color Black 20.00 100.00 5 Piece 154 Sign Pen Refill, 0.7, Color Blue 30.00 150.00 5 Piece 155 Sign Pen Refillable, 0.3, Color Black 30.00 1,230.00 41 Piece 156 Sign Pen Refillable, 0.5, Color Black 25.00 1,975.00 79 Piece 157 Sign Pen Refillable, 0.7, Color Black 30.00 2,700.00 90 Piece 158 Sign Pen Refillable, 0.7, Color Blue 30.00 150.00 5 Piece 159 Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 36.00 4,320.00 120 Piece 160 Sign Pen, Black, Liquid/gel Ink, 0.7mm Needle Tip 25.00 725.00 29 Piece 161 Sign Pen, Blue, Liquid/gel Ink, 0.7mm Needle 36.00 1,080.00 30 Piece 162 Sign Pen, Blue, Liquid/gel Ink, 0.3mm Needle 36.00 1,044.00 29 Piece 163 Sign Pen , 0.8 Waterbased Color: Black 80.00 2,000.00 25 Piece 164 Sign Pen , Calligraphy Pen 0.7 700.00 700.00 1 Box 165 Sign Pen , Fine-tech, 0.3mm (ultra Fine) 260.00 1,040.00 4 Box 166 Sign Pen , Hi-techpoint Vio Grip 500.00 2,500.00 5 Box 167 Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip 25.00 125.00 5 Piece 168 Sign Pen, Blue, Liquid/gel Ink, 0.7mm Needle Tip 25.00 125.00 5 Piece 169 Sign Pen, Red, Liquid/gel Ink, 0.7mm Needle Tip 25.00 125.00 5 Piece 170 Sign Pen, Broad Line, 1.0mm Ball, Color Black 90.00 4,950.00 55 Piece 171 Sign Pen,in Roller Ballpoint, 0.8, Black 300.00 1,800.00 6 Piece 172 Sign Pen, Technical, Water & Fade Proof, Fine Line, 0.8 Point, Color Black 120.00 7,200.00 60 Piece 173 Technical Pen For Drawing And Lettering Which Roting Drawing Ink On Tracing Paper And Line Board (.02) 900.00 2,700.00 3 Piece 174 Technical Pen For Drawing And Lettering Which Roting Drawing Ink On Tracing Paper And Line Board (.03) 900.00 4,500.00 5 Piece 175 Technical Pen For Drawing And Lettering Which Roting Drawing Ink On Tracing Paper And Line Board (.05) 900.00 3,600.00 4 Piece 176 Technical Pen For Drawing And Lettering Which Roting Drawing Ink On Tracing Paper And Line Board (.08) 900.00 5,400.00 6 Piece 177 Thumb Tacks 15.00 450.00 30 Box Purpose: Requested And Consolidated Printer Or Facsimile Or Photocopier Supplies For The Month Of February & March 2025 -denr Regional Office. Brand And Model : Highly Standard Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________ End-user Representative/canvasser Printed Name / Signature Tel. No. / Cellphone No.: ___________________ E-mail Address: _________________________ ________________________________ Procurement Representative/canvasser
Closing Date4 Mar 2025
Tender AmountPHP 493.9 K (USD 8.6 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.45|wvn|717-605-3353|sylvia.sentz@navy.mil|
item Unique Identification And Valuation (mar 2022)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
inspection/acceptance Point|6|||||||
time Of Delivery (june 1997)|20|0001|5|145 Days||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (dec 2018)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd
1423|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
small Business Program Representations (sep 2021)|4|||||
buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (may 2022)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Amendment Was Issued To Update The Poc And Extend Closing.
the Quantity Is Hereby Increased To 10.
the Offer Due Date Is Hereby Extended To 24 May 2024.
\
the Offer Due Date Is Extended To 9 January 2023.
\
the Offer Due Date Is Extended To 26 August 2022.
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech.
2. Drawings Associated With This Solicitation Will Be Made Available On Thesam.gov Website But Will Be Restricted Access Which Needs To Be Approved. Onceaccess Has Been Requested, Interested Vendors Should Email The Poc Listed Onthe Solicitation To Inform Them Of
the Request.
3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000.
4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
Or Sent By Other Electronic Commercemethods, Such As Email. The Governments Acceptance Of The Contractorsssproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In.
5. The Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery
pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt
final Delivery Of Material (145 Days)
delivery Days And Past Performance Will Be Evaluation Factors In Determining Awardee.
6. All Transportation To/from Repair Site Will Be Paid For By The Us Navy.
7. This Contract Utilizes Commercial Asset Visibility (cav). See Clausenavsupwssfa24 For Further Details.
8. Offers Shall Be Submitted As Firm Fixed Price For The Full Repair Effortbased On The Repair Instruction Or Sow. If The Vendor Is Unable To Provide Afirm Fixed Price, A Not-to-exceed Price For The Full Repair Effort Will Beacceptable. If A Not-to-exceed Price Is
Offered, The Contractor Shall Have 90days To Complete A Teardown And Evaluation Of The Carcass(es) And Submit Arepair Report And Firm Fixed Price Offer For The Repair. Repair Shall Not Begin Until The Contract Is Definitized.
in Addition To The Repair Price, Include The Prices For Cost Of New And Forbeyond Repair (br)/beyond Economic Repair (ber).
9. Include In Estimated/not-to-exceed Repair Price All Costs Associated Withreceipt And Complete Repair Of Material That May Be In Unwhole Condition,missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, Andcav Reporting. Also, Please Provide The
following:
a. Teardown And Evaluation Rate:
b. Rtat:
c. Throughput Constraint:
d. Induction Expiration Date:
10. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do"rated Order Certified For National Defense Use Under The Defense Prioritiesandallocations System (dpas). See 52.211-14, Notice Of Priority Rating Fornational Defense, Emergency
preparedness, And Energy Program Use.
11. This Repair Effort Is Issued Pursuant To Emergency Acquisition Flexibilities.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
drawing Data=2640-801x1e1 |53711| A|er |d|0001 | A|49998|6353077
drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180
drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982
drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881
drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692
drawing Data=8617511 |53711| N| |d|0001 | |49998|3447332
document Ref Data=fed-std-h28 | | |b |190424|a| |01|
document Ref Data=fed-std-h28 |0020| |b |941221|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b367 | | | |130701|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 6931 | | |d |171201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=mil-prf-9954 | | |d |090416|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 Refurbished Material Statement Of Work (repair Sow) -
3.1.1 Inspection - Clean And Determine If Refurbishment Is Possible. At Disassembly, The Contractor Must Record All Identifying Markings Found On The Parts Of Each Assembly. The Contractor Must Maintain Traceability Of These Markings To Each Unit Throughout
refurbishment.
3.1.2 Identifying Markings - Part Must Have A Mic (material Identification A And Control) Code, Heat/heat Lot Code, Or Unique Contractor Traceability Number/code That Is Visible On The Part. See Material Traceability In Paragraph 3 (quality Assurance
provisions) Of This Contract For Traceability Requirements. The Mic Code Can Consist Of A 2, 3, Or 4 Letter Material Identifier, 4 Or 5 Digit Julian Date, 3 Digit Lot Serial Number, And Certifying Activity Designator (cad) Which Will Be 1 Or 2 Letters; The 4
parts Are Normally Separated By Hyphens; Examples: Tia-3089-30-qq And St-06262-506-a.
3.1.3 Re-useable Parts -
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), That Are Properly Marked As Identified Above, And That Have Material Certifications Available May Be Utilized As Initially Supplied. Certifications Are Not Required To Be
resubmitted By The Contractor.
- Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), Are Properly Marked As Identified Above, But Material Certifications Are Not Available At The Contractor's Facility, A Waiver Must Be Submitted In Accordance With
waiver/deviation (configuration Control) Requirements Specified Elsewhere In The Contract.
3.1.4 Non-useable Parts -
-any Parts Of The Original Assembly That Are Not Properly Marked As Identified Above Must Be Replaced And The Required Certifications Must Be Submitted.
- Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be Replaced And The Required Certifications Must Be Submitted.
3.1.5 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;navsea Drawing 845-8617511 For One Ball, Piece 62li And Navsea Drawing 845-7285297 Along With Er2640-801x1e1 For 2 Mating Seats, Piece 22; , Except As
amplified Or Modified Herein. This Applies To All "parts Requiring Certification" As Identified Elsewhere In This Contract/purchase Order.
3.1.6 Additional Sow Requirements -
;balls Which Are Not Usable Must Be Dispositioned And New Balls Are Not To Be Manufactured Under This Contract.;
3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;ball - Piece 62li On Navsea Drawing 8617511;
material - Sae-ams-6931
or
centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6.
note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6"
to 10", Must Be Applied.
part - ;seats (q3) - Piece 22 On Navsea Drawing 7285297;
material - Delrin: Dupont Af De588 (teflon Filled Acetal) (properties Specified Below Only)
item Property Astm Test Method Value
(a) Specific Gravity D792 (note 1) 1.50 - 1.57
(b) Melting Point D2133 Or D3418 172 - 184 Deg C (342 - 363 Deg F)
(c) Tensile Strength (min) D638 (notes 1 & 5) 6100 Psi
(d) Tensile Impact (min) D1822 Type S (notes 1 & 5) 5 Ft-lb/sq In
(e) Compressive Stress D695 2100 @ 1% Def.
(min - Psi) (notes 1 & 5) 11,000 @ 10% Def.
(f) Water Absorption D570 .30% Max 24 Hours
(g) Rockwell Hardness (r) D785 (note 1) 115 +/- 15
(h) Teflon Fiber Content (note 2) 18 - 23%
(i) Dimensional Change (note 4) .7% Max
notes:
1. Material Conditioning Prior To Test Is At The Vendor's Option.
2. Teflon Fiber Content - As Certified By Dupont (raw Material).
3. Visual And Dimensional Inspection Of Product (final Machined Condition) - White Teflon String Inclusions Must Not Exceed The Following:
A. Diameter 1/32"
B. Length 1/8"
C. Density 6 Indications Per 100 Sq In
4. The Test Method To Determine Dimensional Stability Must Be Performed As Follows: The Test Specimens (finished Pieces) Tested Must Be Measured At 23 +/- 3 Deg C (73 +/- 5f) And Placed In A Mineral Oil Bath Maintained At 160 +/- 3 Deg C (320 +/- 5f) The
specimens Must Remain In The Bath For Six (6) Hours At Temperature And Allowed To Slow Cool In The Bath At A Rate Not To Exceed 23 +/- 3 Deg C (73 +/- 5f) Per Hour. When The Bath Reaches 23 +/- 3 Deg C (73 +/- 5f), The Test Specimens Must Be Removed And
measured. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value Specified.
^mineral Oil Meets The Specification As Listed Below:
description.......................passes U.s.p. Test (usp Xx, P.1143)
solubility........................passes U.s.p. Test (usp Xx, P.1143)
neutrality........................passes U.s.p. Test (usp Xx, P.532)
readily Carbonizable Substances...passes U.s.p. Test (usp Xx, P.532)
limit Of Polynuclear Compounds....passes U.s.p. Test (usp Xx, P.532)
solid Paraffin....................passes U.s.p. Test (usp Xx, P.532)
specific Gravity @ 25 Deg C (77 Deg F).0.8600 To 0.8900
viscosity @ 37.8 Deg C (100f).....73.6 To 84.4 Centistokes (340-390 Sus)
flash Point Cleveland Open Cup....420 Deg F (216c) (typical)
refractive Index @ 20c (68f)......1.480 (typical)
5. Values Are Minimum Mean Values. Individual Specimen Values May Not Vary More Than 25% Below The Specified Minimum Mean Value. Should One Specimen Exceed The 25% Criteria, Retest Is Required. Failure To Meet The Above Criteria A Second Time Is Cause For
rejection.
3.3 ;note Clarification: The Note In Zone 6f Of Drawing 7285297 Is Missing Punctuation That May Cause Misinterpretation That The Slot Is Only Required For Pieces 30 And 33. The Slot Is Required On All Seats On Drawing 7285297. The Note Must Be Punctuated As
follows: 1 Slot Locate As Shown R.06 X .03 Deep. See Section 2-6d For Pc 30 & 33 Only.;
3.4 Ball Spherical Surface Finish - Spherical Surfaces Of Valve Balls Must Be Finished As Follows:
machine Finish Spherical Surfaces Of The Valve Ball To Between 30 And 35 Rhr; Use Lubricant. Grind, Hone, Or Cup Polish To 16 Rhr Maximum; Use Lubricant (light Oil Or Soap Solution). Grit Blast With Glass Bead Media (mil-prf-9954-mil 10); Use A 3/16 Inch Id
blasting Nozzle (not Supersonic Type) 4 Inches From Ball At 75 Psi Air Pressure. The Resulting Surface Finish Should Be Less Than 25 Rhr.perform Final Polish With Supfina Polishing Paste (pink Polishing Paste, Item Code 10100244, Supfina Machine Company, North
kingstown, Ri). Apply The Supfinapolishing Paste That Is Initially Light Pink In Color Over The Entire Surface Of The Ball With A Brush And Perform A Low Speed Finishing Process With Both Theball And A .250" Thick Wool Pad (style 22110, Aetna Felt Corporation,
allentown, Pa^) Turning At The Same Time With Light Pressure For Approximately 30 Seconds^^ (3 Revolutions) Of The Entire Surface Of The Ball. Once The Light Pink Supfina Polishing Paste That Was Applied To The Surface Of The Ball Turns A Grey Color, The Final
finishing Process Is Complete. After The Final Finishingprocess Is Complete, The Surface Of The Ball Should Have A Matte Dull Appearance With A Surface Finish Between Rhr 12 And Rhr 16.
clean Ball With A Warm, Alkaline Solution Or A Liquid Nonionic Detergent To Remove Supfina Polishing Paste.
^ Reference Customer Number Pli00499 When Ordering Wool Pad.
^^ Caution: Excessive Time Will Cause The Ball To Be Polished In Violation Of The Process."
3.5 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must
apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay.
3.6 ;balls Which Require Reworking Beyond The Limitation Specified Herein Are To Be Dispositioned As Noted Elsewhere In The Contract.;
3.7 ;defects In The Ball Stem Slot Are Acceptable If Backlash Between The Ball And Stem Does Not Exceed 5 Degrees And Defects Do Not Exceed 0.050 In Depth Or C Cover More Than 40% Of The Surface Area.;
3.8 ;ball Outside Diameter May Be Reworked To A Minimum Of 5.113 Inches To Refurbish The Ball Surface To Meet Drawing Requirements And Represents A Relaxation Below The Drawing Dimension. All Other Dimensions Apply.;
3.9 ;seats Are To Be Manufactured And Must Meet The Drawing Stack Height Requirement When Mated With The Refurbished Ball.;
3.10 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On
the Drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be
required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension.
3.11 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/.
3.12 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.13 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.13.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.13.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System
22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification
data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.15 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.15.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.15.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.15.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.16 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.17 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.18 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further
application Of The Above Documents Is Prohibited.prohibited.
3.18.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract.
^ Quality Assurance Requirements ^
3.19 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.19.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'')
3.19.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The
contract.
3.19.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.19.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.19.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.19.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.19.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.19.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.19.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.19.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.20 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.20.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.20.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.20.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.20.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.20.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.21 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.21.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices
and For Verification Of Their Accuracy And Condition.
3.21.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided
by The Government Representative.
3.22 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.23 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.23.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.23.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.23.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must
be Established. Records Of This Effort Must Be Available For Review By The Government.
3.23.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.24 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.24.2 Inspection For Completeness And Proper Type.
3.24.3 Verification Of Material Quality Received.
3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.24.6 Identification And Protection From Improper Use Or Disposition.
3.24.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.24.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.24.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.25 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required
objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3,
section C Of This Contract/purchase Order.
3.25.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.26 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The
material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.26.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.26.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.26.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.;
3.26.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size
scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats.
seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification.
3.26.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.27 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.27.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.27.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or
composition, As Applicable, Of The Material Supplied.
3.27.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.27.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.27.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.27.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.28 Material Handling - The Written Material Control Process Must Include The Following:
3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.28.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.28.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A
minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And
grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors.
3.28.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.28.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And
marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.29 Receiving Inspection
3.29.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.29.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.30 Discrepancy Reporting
3.30.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier
supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar).
3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.31.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.31.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.31.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.31.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch.
3.32 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;10/20/2016 - Updated Ecds Url
- Jun 20 2007 - Replaced Mil-t-9047 With Sae-ams Specs
- Feb 24 2012 - Added Appropriate Ut Acceptance Classes
- May 15 2012 - Updated Test Method And Note 2
- Jun 14 2012 - Added (properties Specified Below Only)
- Sep 18 2012 - Separated Note 2 For Teflon Fiber Content - As Certified By Dupont And White Teflon String Inclusions
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 17 2011 - Began Using Ecds For Submissions
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats
- Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior T
Closing Date14 Apr 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Statement Of Work
scope: The Board Of Trustees Of The University Of Illinois, Through The Biologic Resources Laboratory Department, Shall Provide Veterinary Support By A Doctor Of Veterinary Medicine Who Has Training Or Experience In Laboratory Animal Science And Medicine. Services Shall Be Performed At The Jesse Brown Va Medical Center, Veterinary Medical Unit.
specific Tasks/deliverables:
administrative Support
the Director Of The Brl Or A Member Of The Brl Senior Veterinary Staff Will Serve As The Attending Veterinarian At The Jbvamc And In That Context Serve As A Member Of The Iacuc.
provide Veterinary Pre-reviews Of Animal Component Of Research Protocols (acorps)/protocols.
every 6 Months Perform Semi-annual Program And Facility Reviews/inspections.
meet With The Institutional Official On A Semi-annual Basis To Review Semi-annual Program And Facility Reviews/inspections.
assist With The Review, Development And Implementation Of Iacuc And Husbandry Sops, Policies And Procedures.
assist The Iacuc Coordinator With Iacuc Agendas, Minutes, And Investigator Correspondences.
oversee/assist The Iacuc Coordinator With The Submissions Of Annual Reports To The Us Department Of Agriculture (usda), Office Of Laboratory Animal Welfare (olaw), American Association For The Accreditation Of Laboratory Animal Care (aaalac) International And Va Central Office.
oversee Submission Of Olaw Letter Of Assurance And Aaalac International Accreditation Submission Documents.
oversee/provide Guidance On Vivarium Facility Construction/renovation Projects.
conduct At Least One Onsite Visit Per Month To Address Administrative Issues.
daily Availability Via Phone Or Email To Address Administrative Issues That Need Immediate Attention.
provide Advice And Guidance On All Aspects Of An Aaalac International Animal Care And Use Program.
veterinary Care Support:
conduct Weekly Site Visit To Assess The Health Of All Animals In The Facility.
oversee And Coordinate The Management Of All Jbvamc Disease Outbreaks.
coordinate The Jbvamc Sentinel Program.
coordinate The Quarantine And/or Rederivation Of All Animals From Non-approved Vendors At Uic As Appropriate.
review And Advise On All Jbvamc Colony Health Reports Both Internal And External (reports From Non-approved Vendors).
provide After Hours, Weekend And Holiday Emergency Veterinary Coverage.
provide An Approved Facility For Housing Of Animals In Case Of Emergency Impacting Animal Welfare And/or Well-being.
husbandry Support:
evaluate Husbandry Weekly.
meet With Husbandry Staff At Least Monthly.
evaluate And Advise On Vendors And Their Products Integral In The Operation Of A Vivarium Such As Cages, Feed, Bedding And Detergents.
va Investigators Housing Animals At Uic And/or Va Animals Housed At Uic Would Be Subject To Uic Internal Investigator Per Diem Rates Unless Otherwise Determined By The Uic Institutional Official.
qa Program Support:
provide Technical Support And/or Training In The Collection And Culture Of Replicate Organism Detection And Counting (rodac) Plates From Cage Equipment And Rooms After Sanitation And Cages After Sterilization And/or Through The Use Of Newer Technologies Such As Atp Bioluminescence Assay.
provide Technical Support And/or Training In The Collection And Culture Of Samples For Qa Purposes From Food, Bedding And Water.
provide Technical Support And/or Training In The Use Of A Sentinel-free, Soiled Bedding Sampling System For The Detection Of Murine Pathogens Through The Use Of Contact Media And Pcr. Uic Will Submit Samples On Behalf Of The Va.
provide Technical Support And/or Training In Collection And Submission Of Biologic Samples As Needed To Assess Colony/animal Health Status.
education/training:
provide Access Of Jbvamc Staff To The Uic Aalas Certification Training Program.
train Pi S And Staff As Requested By The Pi And/or Determined Needed During The Protocol Review Process And/or By The Iacuc.
conduct Meetings With Va Investigators Of The Jbvamc On Topics As Determined By The Iacuc And/or Va Administration.
provide Access Of Jbvamc Investigators To Uic Rodent Training Programs And/or Educational Seminars.
hours Of Operations
normal Hours Of Coverage Are Monday Through Friday From 7:30 Am To 4:30 Pm Central, Excluding Holidays. All Services Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By Cor Or Designee.
holidays Include:
new Years Day Labor Day
martin Luther King Day Columbus Day
presidents Day Veterans Day
memorial Day Thanksgiving Day
juneteenth Christmas Day
independence Day
and Any Other Day Specifically Designated As A National Holiday By The President Of The United States.
place Of Performance
jesse Brown Va Medical Center
820 S. Damen Ave.
chicago, Il 60612-3728
period Of Performance
base Year: 1 February 2025 Through 31 January 2026
option Year One: 1 February 2026 Through 31 January 2027
option Year Two: 1 February 2027 Through 31 January 2028
option Year Three: 1 February 2028 Through 31 January 2029
option Year Four: 1 February 2029 Through 31 January 2030
performance Monitoring
various Methods Exist To Monitor Performance. The Cor Shall Use The Surveillance Methods Listed Below In The Performance Monitoring Of This Contract.
direct Observation Can Be Performed Periodically Or Through 100% Surveillance.
periodic Inspection Evaluate Outcomes On A Periodic Basis. Inspections May Be Scheduled Daily, Weekly, Monthly, Quarterly Or Annually, Or Unscheduled, As Required.
acceptable Performance The Government Shall Document Positive Performance. Any Report May Become A Part Of The Supporting Documentation For Any Contractual Action.
unacceptable Performance
when Unacceptable Performance Occurs The Cor Shall Inform The Contractor. This Will Normally Be In Writing Unless Circumstances Necessitate Verbal Communication. In Any Case The Cor Shall Document The Discussion And Place It In The Cor File.
when The Cor Determines Formal Written Communication Is Required The Cor Shall Prepare A Contract Discrepancy Report (cdr) And Present It To The Contractor S Program Manager.
the Contractor Shall Acknowledge Receipt Of The Cdr In Writing. The Cdr Will Specify If The Contractor Is Required To Prepare A Corrective Action Plan To Document How The Contractor Shall Correct The Unacceptable Performance And Avoid Recurrence. The Cdr Will Also State How Long After Receipt The Contractor Has To Present This Corrective Action Plan To The Cor. The Government Shall Review The Contractor S Corrective Action Plan To Determine Acceptability.
any Cdrs May Become Part Of The Supporting Documentation For Any Contractual Action Deemed Necessary By The Co.
security Requirements Contractor Will Not Have Access To Va Sensitive Information, Patient Records, Or Data.
government-furnished Equipment None.
other Pertinent Information Or Special Considerations All Work Shall Be Performed By Doctors Of Veterinary Medicine Who Possess Experience In Laboratory Animal Science And Medicine.
required Registration With Contractor Performance Assessment System (cpars)
as Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed The Thresholds Outlined In Far Part 42.15, And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials Through The Past Performance Information Retrieval System (ppirs).â The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To The Posting Of Each Report.â To Fulfill This Requirement Va Uses An Online Database, The Contractor Performance Assessment Reporting System (cpars).â The Cpars Database Information Is Uploaded To The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies.
each Contractor Whose Contract Award Is Estimated To Exceed The Thresholds Outlined In Far Part 42.15 Is Required To Provide To The Contracting Officer Contact Information For The Contractor S Representative With Their Response To The Solicitation.â The Contractor Is Responsible To Notify The Contracting Officer Of Any Change To The Contractor S Representative During The Contract Performance Period.â Contractor S Representative Contact Information Consists Of A Name And Email Address.
the Government Will Register The Contract Within Thirty Days After Contract Award.â For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete.â For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually.â Intermediate Reports Will Be Filed Each Year Until The Last Year Of The Contract, When The Final Report Will Be Completed.â Each Report Shall Be Forwarded In Cpars To The Contractor S Designated Representative For Comment.â The Contractor S Representative Will Have Thirty Days To Submit Any Comments And Return The Report To The Va Contracting Officer.â Failure By The Contractor To Respond Within Those Thirty Days Will Result In The Government S Evaluation Being Placed On File In Ppirs Without Contractor S Comments.
Closing Date27 Jan 2025
Tender AmountUSD 60 K
This is an estimated amount, exact amount may vary.
Municipality Of San Joaquin, Iloilo Tender
Publishing and Printing
Philippines
Details: Description Mpdo 5 Pcs. Correction Tape 10 Rms. Bond Paper, Short, Sub 20 10 Rms. Bond Paper, Long, Sub 20 1 Rms. Bond Paper, A3, Sub 20 10 Rms. Bond Paper, A4, Sub 20 2 Box Ball Pen, Black, 12s 2 Sets Epson Ink 008, (b,c,y,m) 1 Box Sign Pen .5 20 Pcs. Expandable Folder, Long 2 Rolls Scotch Tape 2" 2 Rolls Masking Tape 1" 2 Box Staple Wire No. 35 2 Box Pencil No. 2 5 Pcs. Arch File Folder 3" 2 Boxes Paper Clips, Big Mun. Budget Office 5 Boxes Ballpen 0.5 3 Boxes Ballpen 0.7 10 Reams Bond Paper, Long, Sub 20 3 Boxes Staple Wire, No. 35, Copper 3 Boxes Binder Clips 1" 3 Boxes Binder Clips 2" 4 Boxes Pencil No. 2 20 Pcs. White Folder (long) 1 Box Pilot Refill Ink (bl-g2-7-b) 3 Tubes Cutter Blade, Big 5 Pcs. Record Book, 500 Pages, Blue 5 Pcs. White Eraser, Big 2 Boxes Hylighter, Yellow 5 Pcs. Scotchtape 1" 3 Pcs. Glue 130g 20 Pcs. Expanded Folder, Long, Green 20 Pcs. Plastic Folder, Skyblue, Thick, Long 5 Packs Board Paper, Cream (a4) 5 Packs Board Paper, White (a4) 2 Pcs. Cutter, Big, Heavy Duty 1 Box Sign Pen 0.5, Finetech Menro 10 Reams Bond Paper, Long, Sub 20 10 Reams Bond Paper, Short, Sub 20 10 Reams Bond Paper, A4, Sub 20 2 Pcs Record Book 150 Pages 1 Box Pentel Pen, Broad, Black 2 Pc White Board Eraser 1 Box Wyteboard Marker, Black 1 Box Pencil No.2 20 Pcs Folder Long 20 Pcs Folder Short 2 Box Ballpen Black 2 Bottles Glue 40g 4 Rolls Double Sided Tape 1" 2 Pcs Correction Tape 2 Box Push Pin 2 Box Binder Clips 2" 2 Pcs Corkboard 2 Ft X 4ft 3 Pcs Wire Mesh 2/3 Tier File Frame Organizer 2 Pcs Wire Mesh Race Desk Organizer 2 Sets Wire Mesh File Holder/rack (3 Vertical Compartments) 1 Pc Whiteboard(4ft X 8ft) 1 Pc Whiteboard(2ft X 4ft) 4 Bottles Epson 003, Black 2 Bottles Epson 003, Magenta 2 Bottles Epson 003, Cyan 2 Bottles Epson 003, Yellow 10 Rolls Tissue Paper, 3 Ply 2 Galloons Isoprophyl Alcohol 3 Box Foldback Binder Clips (32 Mm) 3 Box Foldback Binder Clips (41 Mm) 15 Pcs Certificate Holder (short) 15 Pcs Certificate Holder (long) 10 Pcs Certificate Holder (a4) 3 Packs Special / Board Paper (200 Gsm) Short X 100 Sheets 3 Packs Special / Board Paper (200 Gsm) Long X 100 Sheets 3 Packs Special / Board Paper (200 Gsm) A4 X 100 Sheets 3 Pcs Stamping Pad No. 1 3 Pcs Dater 3 Pcs Received Stamp 1 Pc External Hard Drive 1tb 3 Pcs Flashdrive (128gb) 2 Pcs Calculator 12 Digits 5 Sets Sticky Index (1.24 Cm X 4.5cm X 5 Pads X 25 Sheets Each Pad) 2 Pcs Sharpener, Heavy Duty 2 Pcs Stainless Scissors, Heavy Duty 5 Bottle Air Freshener 3 Pcs Ruler (12 Inch), Steel 2 Pcs Stapler No.35 2 Pcs Stapler Remover, Plier Type, Steel Municipal Agriculture Office 60 Reams Bond Paper, Short, Sub 20 50 Reams Bond Paper, Long, Sub 20 20 Reams Bond Paper, A4, Sub 20 5 Pcs Record Book 500 Pages 3 Boxes Ballpen (blue) 3 Pcs Stamping Pad No. 1 (black) 2 Boxes Wyteboard Marker 3 Boxes Pencil No. 2 200 Pcs Folder (long) 100 Pcs Folder (short) 15 Packs Special Paper, A4 1 Box Permanent Marker, Black 3 Boxes Ballpen (black) 5 Bottles Glue (40 Grams) 2 Boxes Sign Pen .5 (black) 3 Pcs Stapler #35, Medium Size, Heavy Duty 3 Rolls Masking Tape 1 Inch 100 Pcs Brown Envelop (short) 100 Pcs Brown Envelop (long) 5 Boxes Staple Wire #35 2 Pcs Scissors 15 Pcs Correction Pen, 7ml 15 Pcs Correction Tape 5 Pcs Record Book 300 Pages 2 Boxes Push Pin 7 Bottles Epson Ink 001 (magenta) 7 Bottles Epson Ink 001 (cyan) 7 Bottles Epson Ink 001 (yellow) 7 Bottles Epson Ink 001 (black) 50 Pcs Mailing Envelop, Long 5 Boxes Plastic Fastener 3 Boxes Paper Clip (big) 10 Bots Epson Ink 003 (magenta) 10 Bots Epson Ink 003 (cyan) 10 Bots Epson Ink 003 (yellow) 10 Bots Epson Ink 003 (black) 1 Box Sign Pen Blue .7 3 Tube Tn323 Toner 2 Boxes Binder Clips 1 5/8" 3 Rolls Scotch Tape 2" 1 Bot Stamp Pad Ink Mun. Assessor's Office 10 Reams Bond Paper, Short, Sub 20 10 Reams Bond Paper, Long, Sub 20 2 Boxes Ballpen (black) 2 Pcs Epson Ink 008 (black) 2 Pcs Epson Ink 008 (magenta) 2 Pcs Epson Ink 008 (cyan) 2 Pcs Epson Ink 008 (yellow) 2 Boxes Pencil No. 2 4 Tube Gateway Tracing Paper 80/85 2 Pcs Canon G1-790 Ink (black) 2 Pcs Canon G1-790 Ink (cyan) 5 Pcs Canon G1-790 Ink(magenta) 5 Pcs Canon G1-790 Ink (yellow) 100 Pcs Folder (short) 4 Boxes Hi-techpoint Sign Pen (black 0.5) 5 Pcs Epson Ribbon Cartridge (fx-2175) Mdrrmo 5 Box Sign Pen G2 .05 20 Pcs Folder, Long 20 Pcs Folder, Short 4 Pcs Flash Drive 32 Gb 10 Bottle Epson 003 Ink (black) 4 Bottle Epson 003 Ink (magenta) 4 Bottler Epson 003 Ink (yellow) 4 Bottles Epson 003 Ink (cyan) 2 Box Pentle Pen (broad), Black 2 Box Pentle Pen Refill Ink, Black 10 Packs Garbage Bag (large), 10s 30 Pcs Folder Long, White 2 Pcs Puncher (big), Heavy Duty 5 Pcs Scissors 10 Bottles Air Freshener 5 Box Battery Aa, Heavy Duty 5 Box Battery Aaa, Heavy Duty 10 Ream Bond Paper (a4), Sub 20 2 Rolls Manila Paper, 10s/roll Sbo 50 Pcs. Folder (long) 50 Pcs. Folder (short) 2 Bxs Sign Pen G-tech (black 0.4) 50 Pcs. Brown Envelop (long) 50 Pcs. Brown Envelop (short) 5 Pcs. Record Books Junior 500 Leaves 100 Pcs. Ball Pen (black), 12s 4 Rolls Masking Tape 1" 4 Rolls Packing Tape 4 Rolls Scotch Tape 1" 4 Rolls Double Sided Tape 1" 5 Packs Photo Paper, Glossy, A4 8 Sets Canon Ink #790, Bcmy 8 Sets Hp Cartridge Ink #680 (black&colored) 6 Sets Canon Ink #76 200 Pcs. Mailing Envelop Long 30 Pcs. Certificate Holder Long 30 Pcs. Picture Frame Long Mswdo 2 Bxs Ballpen, Black 20 Reams Bond Paper, Long, Sub 20 20 Reams Bond Paper, Short, Sub 20 5 Bots Epson Ink, Black,003 5 Bot. Epson Ink, Cyan 003 5 Bot. Epson Ink, Magenta 003 5 Bot. Epson Ink, Yellow 003 2 Bots Canon Ink 71, Black 2 Bot. Canon Ink 71, Cyan 2 Bot. Canon Ink 71, Yellow 2 Bot. Canon Ink 71, Magenta 1 Tube Ineo 165 Toner 10 Bots Insecticide - Aerosol Spray, 600ml 3 Bots Disinfectant Spray 510g 20 Pcs Battery Aa, Heavy Duty 2 Pcs Flashdrive 64gb 50 Pcs Folder Long 50 Pcs Folder Short 15 Bots Isopropyl Alcohol 500ml 1 Pc. Crimper Rj45, Heavy Duty 5 Bxs Pencil #2 12 Pcs Pentel Pen Broad Black 5 Pcs Scissor 2 Bxs Sign Pen, Black 0.7 5 Bxs Staple Wire #35 3 Pcs Computer Mouse Usb Connection 2 Reams Bond Paper A4, Sub 20 2 Reams Bond Paper A3, Sub 20 10 Pcs Filling Box (single) 10 Pcs Record Book 150s 1 Pc. White Board 3x6 Feet 5 Pcs Pvc Clip Board Office Of The Mayor 5 Bxs Permanent Marker Broad (black) 5 Pcs Permanent Marker Fine (black) 5 Pcs Wyteboard Marker (black) 5 Bxs Binder Clips (51mm) 100 Pcs Brown Envelope (short) 100 Pcs Brown Envelope (long) 20 Tubes Super Glue - Steel, Clear 24 Pcs Pvc Clip Board (long) 10 Reams Colored Bond Paper Long (blue) 12 Pcs Correction Tape 10 Pcs Cutter, Big, Heavy Duty 20 Pcs. Double -sided Tape 1" 20 Pcs. Duct Tape (big) 8 Bottles Epson Ink 001 (black) 5 Bottles Epson Ink 001 (cyan) 5 Bottles Epson Ink 001 (magenta) 5 Bottles Epson Ink 001 (yellow) 8 Bottles Epson Ink 003 (black) 5 Bottles Epson Ink 003 (cyan) 5 Bottles Epson Ink 003 (magenta) 5 Bottles Epson Ink 003 (yellow) 10 Pcs Filling Box With Cover, Long 5 Pcs Filling Tray In/out 4 Bxs Ball Pen (black) 10 Packs Stick-on Note 5 Colours 0.5" X 1.7", 10x25 Sheets 5 Bxs Invitation Envelope No.6, 10s 10 Pcs Staple Wire Remover, Plier Type, Steel 2 Pcs Wooden Paper Cutter No. 8003 20 Pcs Masking Tape 1" 12 Rolls Master Laminating Roll Mlr 1125{ 286x100x125 Microns) 15 Tubes Migthy Bond 2 Bxs Battery (9v), Heavy Duty 5 Bxs Battery (aa), Heavy Duty 24s 5 Bxs Battery (aaa), Heavy Duty 24s 5 Pcs Pen/stationery Organizer Tray 50 Packs Photo Paper (a4) Glossy 3 Bxs Sign Pen Bl-g2-7 Roller Ball Pen 3 Bxs Sign Pen Bx -v7 Roller Ball Pen (black) 1 Box Sign Pen Hi-techpoint V Grip Pen 0.7 (black) 1 Box Sign Pen Hi-techpoint V Grip Pen 0.7 (blue) 1 Box Permanent Marker (black/broad 1 Box Permanent Marker(black/fine) 1 Box Wyteboard Marker (black) 3 Pcs 740 Cartridge (black) 5 Bots Canon 790 (black) 5 Bots Canon 790 (cyan) 5 Bots Canon 790 (magenta) 5 Bots Canon 790 (yellow) 15 Pcs Riso Ink G1 800ml Cv/ua S-7220ua, Original 2 Pcs Riso Master, Cv 5 Pcs Ruler (stainless) 5 Pcs Flash Drive (32gb) 5 Pcs Flash Drive (8gb) 2 Pcs Micro Sd Card 128gb 2 Pcs Micro Sd Card 64gb 1 Pcs Sd Card 128gb 50 Packs Special Paper, A4 10 Packs Sticker Paper Waterproof(a4) 6 Pcs Chargeable Battery Aa, Heavy Duty 1 Unit Charger Of Chargeable Battery Aa 10 Pcs Sticky Note Pad 3x3 2 Pcs Toner Tk100 For Km-1500 2 Packs Translucent Clear Vellum Paper 20 Pcs Scotch Tape 1" 250 Pcs White Folder (long) 250 Pcs White Folder (short) Mun. Engineering Office 1 Pc. Canon Ink Pfi- 8120mbk 1 Pc. Canon Ink Pfi-8120bk 1 Pc. Canon Ink Pfi-8120m 1 Pc. Canon Ink Pfi-8120c 1 Pc. Canon Ink Pfi-8120y 1 Pc. Canon Ink 790 Black 1 Pc. Epson Ink 003 Black 1 Pcs. Epson Ink 003 Cyan 1 Pcs. Epson Ink 003 Yellow 1 Pcs. Epson Ink 003 Magenta 1 Pcs. Brother Ink D60bk 4 Rolls 24" Plotter Paper 2 Pcs. Brother Ink 5000c 2 Pcs. Brother Ink 5000m 2 Pcs. Brother Ink 5000y 2 Pcs. Canon Ink 790 Cyan 2 Pcs. Canon Ink 790 Magenta 2 Pcs. Canon Ink 790 Yellow 5 Reams Bond Paper, A3, Sub 20 3 Pcs. Stylus Cutter With Blade 5 Box Binder Clip (1") 15 Pcs. Brown Envelope (long) 15 Pcs. Brown Envelope (short) 5 Ream Bond Paper, A4, Sub 20 5 Ream Bond Paper, Long, Sub 20 5 Ream Bond Paper, Short, Sub 20 10 Pcs. Correction Tape 5 Rolls Double Sided Tape (1 Inch) 2 Pcs. Expanding File Folder Portable Document Organizer 20 Pcs. Expanding Plastic Envelope (without Holder) Long 2 Pcs. Mesh Pen Holder 2 Box Ballpen (black), 12s 2 Box Ballpen (blue), 12s 2 Box Ballpen (red), 12s 2 Set Stick-on Note 5 Colours 0.5" X 1.7", 10x25 Sheets 2 Pcs. Highlighter Pen (yellow Green) 10 Rolls Masking Tape 1" 10 Rolls Masking Tape 2" 4 Pcs. Measuring Tape 7m (push And Pull), Heavy Duty 2 Box Pencil #2 5 Pcs. Cutter L500gp (heavy Duty) 4 Packs Paper Board Stationery 2 Bxs Paper Clip Big 2 Bxs Paper Clip Small 2 Sets Pastel Color (16colors) 3 Box Pentel Pen Assorted Broad 3 Box Pentel Pen Assorted Fine 2 Box Wyte Board Marker Black (fine) 2 Box Wyte Board Marker Red (fine) 15 Pcs. Plastic Envelope (long) 15 Pcs. Plastic Envelope (short) 2 Bxs Plastic Fastener 2 Pcs. Plastic Magazine And File Holder (grey) Set Of 2 4 Pcs. Record Book (200 Ivs Junior) 2 Pcs. Scissors (big) 2 Rolls Scotch Tape 1" 2 Rolls Scotch Tape 2" 2 Box Sign Pen 0.5 (g-tech) 2 Pcs. Staple Wire Remover, Steel 2 Pcs. Staple Wire Mgk 120 6mm X 23/6 (2-25 Sheets) 2 Pcs. Staple Wire Mgk 120 8mm X 23/8 (25-50 Sheets) 2 Pcs. Stapler # 35 (hd50 Df) Big 2 Pcs. Electric Hot Knife Styrofoam Cutting Pen 1 Pcs. Laser Range Finder/distance Measuring Laser 2 Pcs. Tape Dispenser ( Heavy Duty) 2 Pcs. Triangular Scale (1:50,1:100,1:200,1:1/3) 6 Unit Flashdrive 1tb 1 Pc External Hard Drive 1tb 1 Pcs. Walking Measuring Wheel 3 Pads Yellow Pad Paper Maias 3 Bot Epson 001 Ink Cyan 3 Bot Epson 001 Ink Magenta 3 Bot Epson 001 Ink Yellow 6 Bot Epson 001 Ink Black 1 Pc Calculator 12 Digits 6 Box Staple Wire, Copper No. 35 24 Pcs Retractable Signpen .7, Black 50 Pcs Folder White, Long 1 Box Carbon Paper, Black 50 Pcs Brown Envelope, Long 6 Box Paper Clips, Big 6 Pcs G-tech Refill .4 6 Bots Air Freshener 5 Bots Isopropyl Rubbing Alcohol General Services Office 30 Reams Bond Paper, Long, Sub 20 5 Reams Bond Paper, A4, Sub 20 3 Bxs Sign Pen 0.5, Finetech, Black 1 Box Sign Pen 0.5, Finetech, Blue 5 Bxs Ballpen, Black 12s 10 Pcs Filling Box, Double 1 Pc. Whiteboard 2x3' 10 Pcs Chargeable Battery Aa 2 Unit Charger Of Chargeable Battery Aa 2 Bots. Epson Ink 001, Black 5 Rolls Double Sided Tape 1" 1 Box Thumb Tacks, 24 Boxes 5 Bxs Push Pins 5 Rolls Scotch Tape 1" 5 Bxs Staple Wire 23/13 5 Bxs Staple Wire 23/17 10 Pads Sticky Note Pad 3 X 3 2 Pcs Usb Cord Extension 2 Port 3 Pcs Flash Drive 128gb 1 Pc External Hard Drive 1tb 2 Pcs Calculator 12 Digits 5 Reams Colored Bond Paper,long, Green Office Of Health Services 100 Reams Bond Paper, Long, Sub 20 100 Reams Bond Paper, Short, Sub 20 10 Boxes Ballpen, Black, 12s 50 Pcs Brown Envelop, Long 50 Pcs Correction Tape 10 Boxes Double Tip Marker 1000 Pcs Folder Long 1000 Pcs Folder Short 5 Boxes Hp Toner 85a 5 Tube Riso Master Sf5130eiia 10 Tube Riso Ink Sf5130eiia 10 Pcs Stapler (medium Size) 100 Pcs Battery Aaa, Heavy Duty 10 Dots Epson Ink 003 Black 10 Bots Epson Ink 003 Cyan 10 Bots Epson Ink 003 Yellow 10 Bots Epson Ink 003 Magenta 10 Boxes Pencil No. 1 10 Pcs Cutter, Big 2 Tubes Cutter Blade, Big 2 Pcs Gun Tacker T50, Heavy Duty 2 Bxs Tacker Wire(t50 -5/16* 8mm) Mun. Treasury Office 30 Btls Ethyl Alcohol 10 Btls Air Freshener Room Spray 300ml 20 Pcs. Battery Aa, Heavy Duty 20 Pcs. Battery Aaa, Heavy Duty 72 Pcs. Binder Clips 1" 72 Pcs. Binder Clips 1 5/8" 72 Pcs. Binder Clips 2" 70 Reams Bond Paper (long) Sub. 20 50 Reams Bond Paper (short) Sub. 20 15 Reams Bond Paper (a4) Sub. 20 200 Pcs. Brown Envelope (long) 6 Pcs. Calculator Ax-120b 20 Pcs. Correction Tape 10 Pcs. Correction Fluid 3 Pcs. Cutter, Big (heavy Duty) 5 Pcs. Flash Drive 256gb 3 Pcs. Flash Drive 512gb 300 Pcs. Folder White (long) 300 Pcs. Folder White (short) 15 Boxes Epson Ribbon Cartridge Lx- 310 15 Boxes Epson Ribbon Cartridge Lq- 310 3 Btls Epson Ink 001 (black Hitman) 3 Btls Epson Ink 001 (magenta) 3 Btls Epson Ink 001 (cyan Sian) 3 Btls Epson Ink 001 (yellow Kuning) 3 Btls Epson Ink 008 (black) 3 Btls Epson Ink 008 (magenta) 3 Btls Epson Ink 008 (cyan) 3 Btls Epson Ink 008 (yellow) 5 Btls Epson Ink 003 (black) 5 Btls Epson Ink 003 (magenta) 5 Btls Epson Ink 003 (cyan) 5 Btls Epson Ink 003 (yellow) 5 Boxes Ballpen, Black, 12s 5 Btls Glue 130g 3 Boxes Ballpen, 757 0.7mm, Black, 25s 5 Boxes Paper Clip, Plastic, Multi-colored , Big 5 Boxes Paper Clip, Plastic, Multi-colored , Small 5 Boxes Pencil #2 8 Boxes Retractable Sign Pen G-2 07 1 Box Permanent Marker (black) 2 Boxes Wyteborad Marker (black) 5 Boxes Sign Pen, G-tec-c4 5 Pcs. Record Book 500 Pages 20 Boxes Rubber Band (small) 3 Boxes Samsung Ml 1660 Toner 10 Rolls Scotch Tape 1" 5 Boxes Stamp Pad (red) No. 1 5 Boxes Stamp Pad (blue) No. 1 5 Boxes Stamp Pad (violet) No. 1 5 Boxes Stamp Pad (black) No. 1 5 Boxes Staple Copper Wire #35 5 Pcs. Stapler W/ Staple Remover (big) 5 Boxes Toner For Canon 325 Mto (market, Livestock And Slaugtherhouse) 30 Btls Alcohol (ethyl / Cleene) 30 Btls Air Freshener (albatros Room Fresh Relaxing Lavender) 20 Pcs. Battery Aa, Heavy Duty 20 Pcs. Battery Aaa, Heavy Duty 36 Pcs. Binder Clips 1" 36 Pcs. Binder Clips 1 5/8" 36 Pcs. Binder Clips 2" 30 Reams Bond Paper (long) Sub. 20 30 Reams Bond Paper (short) Sub. 20 10 Reams Bond Paper (a4) Sub. 20 2 Pcs. Calculator Ax-120b 20 Pcs. Correction Tape 20 Pcs. Correction Fluid 1 Pcs. Cork Board (2x3) 5 Packs Detergent Powder, 2kilos 10 Btls Disinfectant Spray 510g 5 Btls. Dishwashing Liquid, 495ml 10 Boxes Epson Ribbon Cartridge Lx- 310 10 Boxes Epson Ribbon Cartridge Lq- 310 5 Btls Epson Ink 001 (black Hitman) 5 Btls Epson Ink 001 (magenta) 5 Btls Epson Ink 001 (cyan Sian) 5 Btls Epson Ink 001 (yellow Kuning) 5 Btls Epson Ink 008 (black) 5 Btls Epson Ink 008 (magenta) 5 Btls Epson Ink 008 (cyan) 5 Btls Epson Ink 008 (yellow) 10 Btls Epson Ink 003 (black) 10 Btls Epson Ink 003 (magenta) 10 Btls Epson Ink 003 (cyan) 10 Btls Epson Ink 003 (yellow) 10 Boxes Ballpen, Black, 12s 5 Btls Glue 130g 5 Boxes Ballpen, 757 0.7mm, Black, 25s 10 Boxes Paper Clip, Plastic, Multi-colored , Big 10 Boxes Paper Clip, Plastic, Multi-colored , Small 5 Boxes Pencil #2 10 Boxes Retractable Sign Pen G-2 07 1 Box Permanent Marker (black) 2 Pcs. Sign Pen, G-tec-c4 10 Pcs. Record Book 300 Pages 2 Boxes Rubber Band, (big) 10 Boxes Rubber Band, (small) 20 Rolls Scotch Tape 1" 10 Rolls Scotch Tape 2" 10 Rolls Packing Tape 10 Rolls Masking Tape 1" 10 Rolls Double Sided Tape 1" 15 Boxes Staple Copper Wire #35 5 Pcs. Stapler W/ Staple Remover (big) 100 Rolls Tissue Paper, 3 Ply 3 Boxes Samsung Ml 1660 Toner Municipal Civil Registry 30 Pcs 740 Canon Ink Cartridge 5 Pcs 741 Canon Ink Cartridge 20 Pcs Epson Lq Ribbon Cartridge 2 Bots Epson 001, Black 30 Reams Bond Paper, Long, Sub 20 30 Reams Bond Paper, Short, Sub 20 20 Pcs Arch File Ledger, Blue 100 Pcs Mailing Envelop, Long 100 Pcs Sign Pen G-2 0.7, Black 30 Pcs Sign Pen My Gel 0.5, Black 30 Pcs Sign Pen My Gel 0.5, Blue 30 Pcs Sign Pen My Gel 0.5, Red 50 Pcs Correction Tape 4 Bxs Paper Fastener 12 Rolls Scotch Tape 1" 1 Roll Duct Tape, Heavy Duty 12 Pcs Typewriter Ribbon 6 Bots Brother Ink Btd60, Black 2 Bots Brother Ink Bt5000, Cyan 2 Bots Brother Ink Bt5000, Magenta 2 Bots Brother Ink Bt5000, Yellow
Closing Date19 May 2025
Tender AmountPHP 1.5 Million (USD 26.8 K)
Municipality Of Matag ob, Leyte Tender
Publishing and Printing
Philippines
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Purchase Of Office Supplies (1st-2nd Quarter) Location : Lgu, Matag-ob, Leyte Appropriation : 960,000.00 Source Of Fund : General Fund Unit Description Quantity Tourism Office Pack Specialty Paper A4 10 Ream White Folder, Long 3 Box Permanent Marker Pen 3 Pack Sticky Note 10 Pc Calculator 1 Pc Scissor 3 Box Bond Paper A4 5 Box Paper Clip, Big 5 Pc Certificate Holder A4 50 Pc 3-layer File Tray Rack 1 Bot Alcohol (ethyl) Spray 3 Bac Office Pcs Correction Tape 15 Box Fastener, 70mm 3 Box Fastener, 17mm 2 Pack Sticky Notes 3"x3" 5 Pack Sticky Notes 4"x6" 5 Pack Sticky Notes 1.5" X2" 5 Pcs Tape, Transparent 1" 5 Box Staple Wire No.35 3 Box Paper Clips (big & Small) 2 Pcs Long White Folder 10 Pcs Short White Folder 10 Pcs Expanded Folder (blue Color) 5 Box Whiteboard Marker (black) 1 Box Whiteboard Marker (red) 1 Pc Whiteboard Eraser 1 Box Bondpaper A4 5 Box Bondpaper Long 5 Box Bondpaper Short 5 Pc Dater 1 Bot Epson 003 Ink, Black 5 Box Battery Aa 1 Pc Half Strip Stapler, 50sheets Capacity 1 Pcs Hand Sanitizer, 500ml 3 Pc Stamp (received By Bac Office) 1 Pc Wireless Mouse 1 Unit Hard Drive 1tb 1 Pc Extension Wire 50ft. Long (14 Gauge, 6amps) 2 Pc Laptop Charger (acer) 1 Pc A6 Notebook (105mm X 148mm) 5 Mdrrmo Ream Bondpaper (legal) 5 Ream Bondpaper (a4) 5 Ream Bondpaper (letter) 5 Pcs Brother Ink Btd 60bk(black) 2 Pcs Brother Ink Bt5000c (cyan) 2 Pcs Brother Ink Bt5000c (yellow) 2 Pcs Brother Ink Bt5000c (magenta) 2 Pcs Epson Ink Black 4 Pcs Epson Ink Yellow 4 Pcs Epson Ink Cyan 4 Pcs Epson Ink Magenta 4 Pcs Folder Long 50 Box Fastener 2 Box Ballpen 2 Pcs Expanded Envelope 10 Box Staple Wire No. 35 1 Box Binder Clip 1 1/2" 2 Box Highlighter Pen 1 Pcs Logbook 5 Pcs Trash Bin 2 Pcs Brown Envelope, Long 50 Box Battery Aa 2 Box Battery Aaa 2 Gal Isopropyl Alcohol 5 Box Latex Gloves (large) 7 Box Face Masks 7 Box Oxygen Face Masks (adult) 2 Box Oxygen Face Masks (pedia) 2 Box Gauze Pad Sterile (4x4) 2 Box Gauze Pad Non-sterile (4x4) 2 Doz Powder Detergent 2 Kilo Chlorine 2 Pcs Dishwashing Paste 3 Gal Car Shampoo 1 Pcs Microfiber Towel 3 Pcs Clean Chamoi 3 Pcs Disnfectant Powder 3 Pcs Foaming Spray 1 Pcs Round Mop 1 Gso Ream Bondpaper A4 10 Ream Bondpaper Long 10 Ream Bondpaper Short 5 Bot Epson Ink 003 Black 5 Box Staple Wire #35 5 Pcs Stapler #35 2 Pcs Folder Long, Green 50 Box Paper Clip 2 Box Metal Binder Clips 5 Box Ballpen, Black 3 Box Ballpen, Blue 2 Box Pencil 3 Pcs Scotch Tape 1" 10 Pcs Glue Big 5 Pcs Double Sided Tape 10 Pad Sticky Note 10 Pcs Stamp Pad 2 Pcs Stamp Pad Ink 2 Pcs Logbook 300pages 20 Pcs Correction Tape 20 Box Fastener 5 Pcs Scissors (medium) 3 Pcs Hard Drive 2 Mun. Vice Mayor Office Pc Desk Organizer 1 Ream Bondpaper Long 10 Ream Bond Paper A4 15 Bots Colored Ink, Assorted 10 Box Pilot Sign Pen, Black 3 Box Pilot Sign Pen Refill 2 Pc Desk Signage 1 Pc Picture Frame 1 Bots Toilet Disinfectant 3 Comelec Ream A4 Bondpaper 10 Ream Long Bondpaper 7 Gal Alcohol 6 Boxes Ballpen (black) 10's 14 Boxes Sign Pen/gel Pen (blue) 0.5 6 Boxes Pencil 4 Pcs Battery Aa 1 Box Binding Clips Big 2 Unit Box Filers 2 Pcs Dvdrw 5 Pcs Correction Tape 25 Bots Glue (big) 1 Bots Brother Refill Tank System Ink (bt-d60-black) 11 Bots Brother Refill Tank System Ink (bt-5000-y) 2 Bots Brother Refill Tank System Ink (bt-5000-m) 2 Bots Brother Refill Tank System Ink (bt-5000-c) 2 Pcs Scotch Tape 1" 10 Rolls Masking Tape 2" 8 Pcs Permanent Marker (black) 10 Pcs White Board Marker (blue) 10 Rolls Bathoom Tissue (2ply) 24 Packs Plastic Fastener 10 Pcs Extension Cord (4-gang,8-10meters) 2 Osca Box Bondpaper A4 10 Box Bondpaper Long 10 Pcs Folder Long W/ Jacket 20 Box Ballpen (gel Pen) 5 Pcs Stapler #35 2 Box Staple Wire #35 2 Pcs Marker (black) 5 Pcs Packing Tape Big (brown) 5 Pcs Glue (big) 2 Hrmo Pcs Stamp (received) 2 Pcs Stamp (dater) 2 Pcs Stamp (verified) 1 Pcs Stamp (certified True Copy & Correct) 1 Packs Specialty Paper (long, White Or Ivory) 8 Bots Alcohol 70% 300ml 12 Pcs Correction Wiper (refillable) 36 Bots Epson 003 Black 8 Bots Epson 003 Yellow 3 Bots Epson 003 Cyan 3 Bots Epson 003 Magenta 3 Ream Long Bond Paper Subs. 20 10 Ream A4 Bondpaper Subs. 20 10 Doz Expanded Envelope Long/green 5 Doz Folder Long, White 3 Bots Glue 5 Box Sign Pen (black/red) 0.5 2 Box Sign Pen (black/red) 0.3 2 Box Sign Pen (black/red) 0.7 2 Box Paper Fastener (plastic) 10 Pcs Stamp Pad (black) 3 Pcs Scotch Tape 1" 25 Mbo Pcs Correction Tape 24 Box Paper Fastener Plastic (70mm) 2 Box Paper Fastener Plastic (17mm) 2 Pcs Glue 1 Box G-tech Pen (blue) 0.3 2 Box G-tech Pen (blue) 0.5 2 Pcs Scotch Tape 1" 2 Pcs White Folder, Long 100 Pcs Filer 3 Layer (white) 2 Pcs Air Freshener (lemon) 2 Pcs Mosquito Spray 1 Pcs Storage Box Big (210l) 2 Pack Battery Aa 3 Bots Epson 003 Ink Black 4 Bots Epson 003 Ink Magenta 2 Bots Epson 003 Ink Yellow 2 Bots Epson 003 Ink Cyan 2 Lcr Pcs Epson Ecotank L15150 Inks (all Color) 12 Pcs Canon Gi-790 (black) 8 Pcs Canon Gi-790 (cyan) 8 Pcs Canon Gi-790 (magenta) 8 Pcs Canon Gi-790 (yellow) 8 Box Sign Pen (black) 2 Box Sign Pen (blue) 1 Box Ballpen, Red 1 Box Ballpen, Black 2 Reams Bond Paper (long) Subs. 20 15 Reams Bond Paper (a4 Size) Subs. 20 25 Reams Bond Paper (short) Subs. 20 2 Pcs Correction Tape 30 Doz Folder (long) 3 Doz Expanded Envelopes (long) 1 Doz Expanded Plastic Envelopes (long) 1 Doz Plastic Envelopes (long) 2 Doz Brown Envelope (long) 2 Pcs Stapler No. 35 (big) 3 Box Staple Wire No. 35 2 Box Binder Clips Small Size 2 Box Binder Clips Mediumsize 2 Box Binder Clips Large Size 3 Pcs Stamping Ink (violet) 1 Pcs Stamping Ink (black) 2 Box Mailing Envelope (long) 1 Pc Customized Stamp (flora May Ann S. Pedrano-registration Officer Ii 1 Rolls Masking Tape 1" 2 Rolls Packaging Tape 2" 2 Rolls Scotch Tape 1" 5 Rolls Double Sided/adhesive Tape 1" 2 Box Pencil (mongol No. 2) 1 Box Paper Clips Small 3 Box Paper Clips Big 3 Box Permanent Marker Pen (black) 3 Bot Permanent Marker Ink Refill (black) 1 Pcs Scissors (big) 3 Pcs Ruler 12" 3 Pcs Glue Pen 5 Pcs Highlighter (assorted Color) 5 Pads Sticky Notes (3x3") 2 Box Push Pins 5 Box Fastener 2 Pcs Snap-off Cutter Knife Heavy Duty (big) 1 Pcs Record Book/log Book (300pages) 2 Pcs Customized Hardbound Post Binder (14") 30 Pcs Air Freshener 2 Gal Alcohol 2 Pcs Feather Duster 2 Dilg Boxes Ballpen (black) 3 Box Ballpen (red) 1 Box Dong Ap&t My Gel Pen (black) 1 Box Pencil Mongol 1 Reams Bondpaper A4 Subs. 20 10 Pcs Brown Envelope (short) 25 Pcs Brown Envelope (long) 25 Pcs Folder (short) 25 Pcs Folder (long) 50 Pcs Expandable Folder 25 Pcs Expandable Envelope 25 Pcs Correction Tape 3 Pcs Puncher-2 Holes 1 Bots Epson L3110 Ink (#003 Black) 2 Packs Photo Paper 5 Pcs Scotch Tape 1" 2 Pcs Masking Tape 2 Pack Tissue Paper 1 Pcs Logbook 150 Pages 3 Peso Bot Alcohol 70% 300ml 5 Box Binder Clip 1" 5 Ream Bondpaper Long Subs. 20 5 Ream Bondpaper A4 Subs. 20 5 Unit Calculator Heavy Duty 1 Doz Scotch Tape 1" 1 Unit Scotch Tape Dispenser 1 Doz Expanded Folder Long (blue) 1 Doz Expanded Envelope Long 1 Doz Folder White, Long 1 Doz Folder Blue, Long 1 Pcs Desk Filer 2 Pcs Hard Box Filer Triple (black) 3 Box My Gel Sign Pen Black 0.5 1 Box My Gel Sign Pen Black 0.7 1 Doz Ordinary Envelope Brown (long) 2 Doz Ordinary Envelope Brown (short) 2 Box Paper Fastener, Plastic 2 Box Permanent Marker Pen (broad) 1 Pcs Record Book (100pp) 3 Pcs Scissors 1 Pcs Highlighter 5 Bot Stamp Ink 1 Pcs Stamp Pad (violet) 1 Box Staple Wire #35 3 Pcs Correction Tape 10 Box Pencil (mongol) 1 Pad Sticky Note (3x3') 5 Set Printer Ink (bt D60 Bk & Bt5000 3pk) 1 Mpdc Reams Bond Paper A4 15 Pcs Folder, Long 100 Pc Stapler W/ Staple Remover 1 Sb Office Pcs Soup Bowl 10 Pcs Correction Tape 25 Pcs Coffee Mugs W/ Name Label Per Sb 12 Pcs Expanding Envelope Long 25 Pcs Plastic Filer Box 10 Pcs Filing Folder (white) Long 50 Box Pentel Pen Black 2 Pcs Ruler 2 Pcs Binder Clips (small & Big) 10 Pcs Facsimile Name And Signature Of Sb Members 12 Pcs Table Name Plate (vice Mayor & Sb Members) 11 Pcs Soft Broom 4 Bots Toilet Bowl And Urinal Cleaner 900ml 6 Bots Dishwashing Liquid (500ml) 12 Pcs Foot Rug 6 Pcs Mop 2 Roll Toilet Paper 20 Unit Ups/power Supply 1 Bots Water Dispenser Container 30 Box Biscuits/cookies 5 Doz 3n1 Coffee 15 Pcs Record Book 500pages 25 Box Staple Wire #35 3 Box Ballpen (black) 3 Box Sign Pen (black) 12 Gal Rubbing Alcohol Isopropyl 5 Ream Bondpaper A4, Office Pro Subs. 20 250 Ream Bond Paper Long, Metro Subs. 20 250 Pcs Self Inking Stamp Sb Member, Vm & Clerical Staff 15 Pcs Wall Clock (good Quality) 2 Unit Staple (max #35) 3 Pcs Picture Frame (8x10) With Pictures (sb Members, Mayor, Vice Mayor 12 Mmo Unit Calculator (12 Digits) Heavy Duty 5 Unit Wall Clock (analog) Heavy Duty 3 Bot Ethyl Alcohol Spray 10 Pc Glass Window Wiper 3 Pc Sd And Sd Micro Card Reader 2 Pc Caution Cleaning In Progress Sign 1 Pc Caution Wet Floor Sign 3 Pc Floor Mop W/ Bucket 1 Kilo Brown Sugar 10 Menro Bot Epson Ink 003 Black 5 Bot Epson Ink 003 Yellow 3 Bot Epson Ink 003 Magenta 3 Bot Epson Ink 003 Cyan 3 Ream Bondpaper A4 20 Ream Bondpaper Long 15 Boxes Binder Clip (big) 2 Boxes Binder Clip (medium) 2 Pcs Folder, Long 25 Pc Paste 1 Boxes Paper Clip (plastic) 2 Boxes Paper Fastener (plastic) 2 Pcs Record Book (300lvs) 3 Pcs Record Book (500lvs) 2 Pcs Scissor (big) 3 Rolls Scotch Tape 1" 5 Rolls Scotch Tape 2" 3 Rolls Scotch Tape 4" 3 Rolls Scotch Tape 2" (double Sided) 5 Boxes Ballpen (0.5mm) 1 Ream Film Laminator A4 6 Boxes Tacker Wire (u-shaped) 5 M.e. Pcs Pressed Board Folder (long), Blue 50 Pcs Pressed Board Folder (long), Green 50 Pcs File Folder (white, Long) 50 Ream Bondpaper ( Long) 10 Ream Bondpaper A4 20 Bot Ink Bottle, Epson 001, Black 3 Bot Ink Bottle, Epson 001, Yellow 5 Bot Ink Bottle, Epson 001, Magenta 3 Bot Ink Bottle, Epson 001, Cyan 5 Bot Ink Bottle, Hp Gt53, Black 3 Bot Ink Bottle, Hp Gt52, Yellow 3 Bot Ink Bottle, Hp Gt52, Magenta 3 Bot Ink Bottle, Hp, Gt 52, Cyan 3 Bot Ink Bottle, Epson 008, Black 3 Bot Ink Bottle, Epson 008, Yellow 3 Bot Ink Bottle, Epson 008, Magenta 3 Bot Ink Bottle, Epson 008, Cyan 3 Box Sign Pen (g-2 Black 0.5) 5 Box Fasteners, Plastic 10 Box Paper Clips, 50mm 10 Box Binder Clip, 19mm 10 Box Staple Wire No. 35 2 Pcs Staple Remover 2 Pc White Board (big) 1 Pcs White Board Marker 5 Pcs White Board Eraser 2 Pcs Paper Tray 3 Pcs Correction Tape 5 Pcs Ethyl Alcohol (70%) 3 Pcs Scissor 2 Municipal Assessor Set Ink Benefit Mfc-j2730dw Compatible Ink 2 Pcs All Purpose Scissors 6 ½" 2 Box Ballpen (black) 4 Box Ballpen (blue) 1 Box Marker (broad, Black) 1 Bot Marker Ink Refill, Black 1 Box Bondpaper, Long Subs. 20 3 Ream Bondpaper, Short Subs. 20 5 Ream Bondpaper, A4 Subs. 20 3 Pcs Certificate Holder A4 50 Doz Transparent Plastic Envelope (long) 2 Doz Brown Envelope (long) 1 Doz Folder, Long 1 Boxes Correction Tape 5 Pc 3-tier Metal Mesh Document Tray (black) 1 Bot Ethyl Alcohol 70% Solution 5 Pc Poster-president Ferdinand Marcos Jr (standard) 1 Pcs Scotch Tape 1" 5 Rolls Tissue Paper (heng De) 24 Pcs Trash Bin (small) 3 Mto Pcs Ribbon Cartridge Lq-310 Epson 12 Box Ballpen, Black 2 Box Plastic Paper Clip, Big 3 Pcs Calculator 12 Digit (casio) 2 Box Rubber Band (big) 2 Box Battery Aaa Energizer 1 Bot Stamp Pad Ink 2 Bot Ink Numbering Machine 2 Pcs Tacker Heavy Duty 1 Bots Rubbing Alcohol 4 Box Sign Pen Black 1 Reams U.s. Bond Paper Long S. 20 20 Reams U.s. Bond Paper, Short S. 20 20 Box Pentel Pen, Black 1 Pcs Wireless Mouse 4 Box Sign Pen (violet) 1 Rhu Pcs Air Freshener 2 Pcs Ballpen, Black 50 Pcs Ballpen, Blue 50 Pcs Battery Aa 50 Pcs Battery Aaa 24 Pcs Battery Large Size D 50 Ream Bondpaper, Long Subs. 16 3 Ream Bondpaper, Long Subs. 20 10 Ream Bondpaper Short Subs. 16 3 Ream Bondpaper Short Subs. 20 30 Pc Broom, Soft 1 Pcs Broomstick 2 Pcs Cartolina, White 6 Pcs Correction Tape (20x5mm) 20 Pack Cutter Blade, Heavy Duty, L500 10's/pack 1 Pc Cutter, Retractable, Heavy Duty, L500 1 Pcs Dishwashing Liquid 500ml 2 Pcs Doormats, Cloth Tape 2 Pc Dry Seal W/ Lgu Logo 1 Doz Envelope Brown Long 6 Doz Envelope Brown Short 6 Pcs Folder, Long, White 15 Pcs Insect Repellant 2 Box Laundry Soap Powder 5 Sachets Laundry Soap Powder 80mg 500 Pcs Laundry Soap, Bar 2 Pcs Led Bulb 5watts 10 Pcs Linen Paper, Short (green) 50 Pcs Logbook 300pages 6 Pcs Disinfectant 500ml 2 Box Paper Clip, Large 1 Sheets Manila Paper 20 Pads Yellow Pad Paper 2 Pack Penlights With Battery Size Aa 1 Pcs Pentel Pen, Black, Broad 4 Pcs Pentel Pen, Blue, Small 2 Set Printer Ink, Hp Deskjet Ink Advantage 3835 Ink Black And Colored 2 Bot Printer Ink, Epson Black 8 Set Printer Ink, Epson Colored 2 Box Push Pins 100's, Hammerhead 3 Packs Special Paper, White 10 Pc Stamp Pad 1 Bot Stamp Pad Ink 1 Box Staple Wire #35 4 Pcs Sticker Paper (long, Neon Green) 5 Rolls Tissue Roll 6 Pcs Toilet Paper 12 Rolls Trash Bag Medium 6 Pcs White Board Marker Black 2 Bfp Ream Bondpaper A4 Subs. 20 7 Ream Bondpaper Long Subs. 20 14 Pcs Brown Envelope (long) 50 Pcs Expanded Plastic Envelope W/ Handle (long) 30 Pcs Correction Tape 7 Pcs Highlighter Marker Pen (neon Colors Set) 6 Pcs Scissors Multifunctional 4 Unit Paper Cutter Board A4 Size 1 Pads Sticky Notes/post-it Note Pads 4 Pcs Clip Board With Cover (34cm X 24cm) Long 6 Pcs Masking Tape 1" 12 Pcs Double Sided Adhesive Tape 1" 12 Boxes Binding Clip (32mm) 6 Pcs Stapler Big No. 35 W/ Remover 4 Pcs White Glue 130g 6 Pcs Folder, Red (long) 200 Pcs Folder, Brown (long) 50 Pcs Folder, White (long) 50 Pcs Plastic Envelope, Long 30 Box Paper Clip 4 Box Paper Fastener 6 Box Gel Pen Ink Ballpen-black 8 Box Gel Pen Ink Ballpen-blue 3 Box Gel Pen Ink Ballpen-red 2 Box Ballpoint Ballpen-blue 3 Box Ballpoint Ballpen-red 2 Box Ballpoint Ballpen-black 8 Box Permanent Marker Pen Black 2 Box Permanent Marker Pen (blue) 2 Box Permanent Marker Pen (red) 2 Box Whiteboard Marker (blue) 2 Box Whiteboard Marker (black) 2 Box Whiteboard Marker (red) 2 Bot Ink, Black Epson 001 3 Bot Ink, Magenta Epson 001 2 Bot Ink, Yellow Epson 001 2 Bot Ink, Cyan Epson 001 2 Bot Ink, Black, Epson 003 3 Bot Ink, Magenta Epson 003 2 Bot Ink, Yellow Epson 003 2 Bot Ink, Cyan Epson 003 2 Pc Usb 32gb 3 Pcs Disinfectant Spray (510g) 6 Bot Muriatic Acid (500ml) 8 Bot Toilet Bowl Cleaner 500ml 6 Pcs Floor Mop W/ Handle 4 Pcs Soft Broom 6 Pcs Floor Rags 10 Pcs Trash Can 4 Mwsdo Ream Bondpaper A4 20 Ream Bondpaper Long 20 Box Staple Wire No. 35 5 Doz Folder, Long 5 Pc Puncher, Big 2 Pcs Book Filer 10 Unit Metal Rack (seville 90 X180) 2 Unit File Tray 4 Layer (wire Mesh) 6 Box Paper Fastener 3 Pnp Liters Continous Ink, Black 3 Bots Continous Ink Colored, Cyan, Magenta, And Yellow (canon) 5 Reams Bond Paper A4 (80gsm) 3 Reams Bond Paper (80gsm) 3 Box Ballpen (black Color) 1 Pcs Correction, Magic Tape 2 Pcs Envelope, Brown (legal) 50 Pcs Folder, Blue (legal) 50 Pcs Folder, White (legal) 25 Box Sign Pen (0.5 Needle Black) 1 Box Staple Wire # 35 1 Accounting Office Bots 70% Isopropyl Alcohol, 500ml 6 Pcs Alkaline Battery Aa 18 Pcs Alkaline Battery Aaa 18 Box Ballpen Black Fine Point 1 Box Binder Clips 2" 2 Box Binder Clips 1 ½" 2 Box Binder Clips 1" 2 Ream Bondpaper Subs. 20 Short 15 Ream Bondpaper Subs. Long 15 Ream Bondpaper Subs. 20 A4 Size 5 Pcs Calculator 2 Pcs Correction Tape 30 Pcs Heavy Duty Puncher Big 2 Box Pentel Pen Fine Tip (black, Blue & Red) 3 Rolls Scotch Tape 1" Width Big Roll 25 Pack Staple Wire # 10 1 Pack Staple Wire #35 10 Pcs Stapler #35 Heavy Duty Big 2 Pcs Texliner, Neon Yellow 3 Pcs Scissor Big 3 Bots Epson Ink #664 (1 Magenta, 1 Cyan, 1 Yellow, 2 Black) 5 Bots Epson Ink #003 (2 Magenta, 2 Cyan, 2 Yellow, 4 Black) 10 Set Wireless Keyboard & Mouse 3 Box Sign Pen 0.5mm Ball, Needle Point, Blue 2 Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents March 4-12, 2025 2. Pre –bid Conference N/a 3. Opening Of Bids Documents March 13, 2025/ 9:00 A.m. 4. Bids Evaluation March 13, 2025/ 9:00 A.m. Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman
Closing Date13 Mar 2025
Tender AmountPHP 960 K (USD 16.8 K)
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Healthcare and Medicine
Philippines
Details: Description Item Description Abc Unit Quantity 1 Preventive Maintenance And Calibration Of Various Medical Equipment 2025 2,571,300.00 Lot 1 Technical Specification Preventive Maintenance And Calibration Of Various Medical Equipment 2025 Location: Various Departments Estimated Budget: Php 2,571,300.00 Project Duration One (1) Year General Statement: This Project Entails The Preventive Maintenance And Calibration Of Various Medical Equipment Of Various Departments, Clmmrh, Bacolod City, Negros Occidental. General Scope Of Works: 1. Contractor Shall Perform Preventive Maintenance And Calibration Of Various Medical Equipment Based On The Number Of Visits Set By Efm-biomed For The Period Of One (1) Year On The Specified Equipment Below. (see Annex A - List Of Medical Equipment For Outsourced Preventive Maintenance And Calibration For Cy 2025). The Services Shall Include But Not Limited To: I. Inspection 1. Qualitative Tests 2. Quantitative Tests 3. Performance Verification And Assurance 4. Checking Of Filters And Battery 5. Electrical Safety Tests Ii. Preventive Maintenance 1. Disinfection, Cleaning, & Lubrication 2. Functionality Tests 3. Adjusting, Aligning And Timing 4. Checking Of Equipment Iii. Calibration 1. Calibration (minimum Of At Least Three (3) Test Points) 2. Adjustment 3. Verification 4. Output Calibration/verification Reading And Results General Terms And Conditions: 1. The Service Shall Commence Thirty (30) Working Days Upon Notarization Of The Contract. 2. The Contractor Must Have At Least Three (3) Years Of Experience In Handling Preventive Maintenance And Calibration In A Government Hospital Or Other Agency With A Similar Line Of Work. 3. The Contractor Must Be Registered To Engage In, Conduct, And Carry On The Business Of Preventive Maintenance, Repair, And Calibration For At Least Three (3) Years Of Various Kinds Of Medical Equipment. 4. The Contractor Must Have The Following Testing Instrument Certification: A) Certificate Of Traceability Of Testing Instrument. B) Test/calibration Result Of Testing Instrument Used. C) Certificate Of Competency/training Of Engineer And/or Technician To Perform Preventive Maintenance And Calibration On The Medical Equipment. Submit Any Of The Following Certificate Of Competency/ Training: • Technical Education And Skills Development Authority (tesda) • International Organization For Standardization (iso) Certified • Any Accredited Institutions National And International. • Training Certificates Of The Technicians Or Engineers For The Test Equipment/analyzers Used During The Preventive Maintenance And Calibration Of The Medical Equipment. 5. The Contractor Must Own Sufficient Calibrated Test Equipment Complete With Proof Of Ownership And Certificates From Nist/iso/dost/pab//fda/dti/tesda With Valid Traceability To Be Used Such As But Not Limited To: A) Electrical Safety Analyzer B) Multiparameter Patient Simulator C) Electrosurgical Analyzer D) Defibrillator Analyzer E) Gas Analyzer F) Pressure Meter G) Other Calibration Equipment Applicable Only Duly Calibrated Test Equipment With Acceptable Metrological Standards Shall Be Used For The Calibration Of Medical Equipment. The Calibration Certificate Of The Said Test Equipment Shall Be Provided By The Contractor To Efm-biomed. 6. The Contractor Shall Assign At Least Two (2) Biomedical Technicians Or Engineers Complete With Nc Ii Certificates Of Biomedical Equipment Servicing And At Least Three (3) Years Of Working Experience In The Preventive Maintenance And Calibration Of Medical Equipment. The Certificate Of Training Of The Assigned Biomedical Technicians Or Engineers Shall Be Provided By The Contractor To Efm-biomed. 7. The Contractor Shall Conduct 2-days Face-face Training For The Hospital’s In-house Biomedical Technicians On Basic Calibrations And Preventive Maintenance With Training Materials In Soft Copy And Issue Training Certificates To Efm-biomed Personnel After The Conduct Of Training. Schedule Must Be Coordinated So As To Ensure All Efm-biomed Technicians Are Available. Training Topics For Basic Preventive Maintenance And Calibration A) Anesthesia Machine And Vaporizer B) Electrosurgical Unit / Cautery Machine C) Suction Machine D) Oxygen Flowmeter E) Nebulizer F) Infant Incubator G) Infant Warmer H) Centrifuge I) Bio-refrigerator / Freezer J) Syringe Pump K) Infusion Pump 8. Equipment Listed In Annex A But Are Found To Be Nonfunctional, Condemn Or Missing During Time Of Visit Will Not Be Evaluated And Billed. Any Equipment That Is Not Found On The Day Of The Visit Needs To Be Reported To Efm-biomed For Verification Within 24 Hours. It Needs To Serviced Appropriately After Being Located. 9. The Contractor Shall Provide The Transportation And Accommodation And Expenses Of Their Assigned Biomedical Technicians Or Engineers. 10. The Contractor Shall Provide Adequate And Proper Personal Protective Equipment To Their Assigned Biomedical Technicians Or Engineers. 11. The Contractor Shall Coordinate First With The Efm-biomed Of The Scheduled Dates Of Visit To Arrange With End-user So As Not To Hamper The Daily Operations Of The Institution. The Contractor Shall Secure A Work Permit From Efm Biomed Before The Conduct Of Service. 12. The Contractor Shall Use Self-laminating, Spill-proof, Waterproof, Dustproof, And Writable Sticker Design For Preventive Maintenance And Calibration Service. Stickers Must Withstand A Wide Range Of Temperatures, Abrasion, And Exposure To Harsh Chemicals Such As Ethanol, Acetone, Isopropanol, Detergents, And Surface Sanitizing Wipes. 13. The Contractor Shall Place A Sticker Or Label On All Serviced Equipment Specifying The Following: A) Equipment Name, Brand, Model, Serial Number B) Preventive Maintenance/calibration Date C) Preventive Maintenance/calibration Due Date D) Name And Signature Of Service Engineer E) Company Name & Logo 14. The Contractor Shall Issue Complete Service Reports, Preventive Maintenance Reports, And Calibration Reports Compliant With Iso 9001 Documentation. 15. The Contractor Shall Sign To The End User And Efm Biomed In The Service And Calibration Report Immediately After The Conduct Of Preventive Maintenance And Calibration Service To Each Of The Unit/section/department. 16. The Contractor Shall Submit The Soft Copy, Original And Two (2) Duplicate Copies Of The Service And Calibration Report Within Three (3) Days After The Conduct Of Preventive Maintenance And Calibration Service To Each Of The Unit/section/department And Efm Biomed In A Separate Plastic Covered Blue Folder (long) And D-ring Binder. 17. The Summary List Of Calibrated Equipment And The Duplicate Copies Of The Calibration Certificate And Service Report Arranged Alphabetically By Unit/section/department Will Be Placed In A D-ring Binder (long Size, Blue Color, Three (3) Rings, 500 Sheets). D-ring Binder Will Contain The Following: Front Cover Labels: Logo, Address, And Name Of The Hospital, Calibration Certificates And Service Reports, Month And Year, Logo, Address, Contact No, Email And Name Of The Contractor. Contents: Copy Of Certifications From The Standard Requirements Stated Above, Summary List Of Calibrated Equipment And Calibration Certificates And Service Reports Per Unit/section/department. 18. Hard And Soft Copy (excel Format) Containing The Summary List Of Medical Equipment That Underwent Preventive Maintenance And Calibration Service. Excel Format (no., Test Equipment, Location, Brand, Model, Serial Number, Preventive Maintenance/calibration Date, Preventive Maintenance/calibration Due Date, Report #, Conducted By, Remarks). A. Excel Format No. Test Equipment Location Brand Model Serial Number Preventive Maintenance Date Preventive Maintenance Due Date Report # Conducted By Remarks 19. The Soft Copy Of The Summary List Of Equipment, Maintenance Reports/checklists, Service Reports, Calibration Reports, And Calibration Certificates Shall Be Sent To The Official Email Of Efm Biomed With Proof Of Conduct Of Service And Performance Like A Colored Picture Containing The Equipment, Date/time And Location. 20. The Contractor May Bill The Hospital As Indicated In The Number Of Visits Provided That All Documents Required By The Accounting Section Necessary For Processing Of Payment Have Complied. 21. The Contractor Shall Comply The Following Commission On Audit Requirements: A. Detailed Description Of The Maintenance Services To Be Rendered Or Activities To Be Performed B. Dates Of Acquisition Of Equipment C. Approved Detailed Breakdown Of The Contract Cost Showing In Sufficient Detail The Derivations Of The Direct And Indirect Costs, The Cost Of Materials, Spare Parts, And Supplies Furnished By The Contractor (to Be Reflected On The Bid / Quotation) D. In Case Of Visitorial Maintenance Service: I. Number Of Personnel Involved Per Visit Ii. Salary And Positions Of Personnel Involved Iii. Schedule Of Visits Indicating Among Others, The Number Of Hours Per Visit Iv. The Type And Number Of Equipment To Be Serviced V. The Group Classification Of Personnel To Determine The Equivalent Equipment Monthly Statutory Minimum Wage Rate In Accordance With The Applicable Rules Implementing Act No. 6727 Bill Of Quantities No. Item Description Qty/ Unit Estimated Direct Cost /unit Total Direct Cost 1 Preventive Maintenance And Calibration Of Various Medical Equipment 2025 1 Lot Php Php Please See Annex B For Details. Bill Of Quantities One (1) Lot Preventive Maintenance And Calibration Of Various Medical Equipment 2025 Qty Number Of Visit Price Per Visit Total Price Holter 4 1 Anesthesia Machine 6 2 Autoclave 3 1 Centrifuge 9 1 Biomedical Refrigerator 15 1 Cadaver Refrigerator 2 1 Cautery Machine 9 2 Ct Injector 1 1 Dynamometer 1 1 Doppler 2 2 Fetal Monitor 6 2 Freezer 3 1 Heater/ Hot Plate/ Drying Oven 2 1 Iv Warmer 1 2 Laser Therapy 1 1 Microplate Incubator 1 1 Microtome 2 1 Neonatal Tpiece Resuscitator 1 1 Oxygen Gauge 578 1 Pipette 24 1 Plasma Freezer 1 1 Plasma Agitator 2 2 Protable Cryotheraphy 1 1 Portable Ventilator 2 1 Refrigerated Centrifuge 1 1 Suction Machine 152 1 Syringe Pump 22 2 Tissue Processor 2 1 Traction Machine 1 1 Ultrasound Therapeutic 2 1 Total Outsource Cost
Closing Date16 Apr 2025
Tender AmountPHP 2.5 Million (USD 45.2 K)
5811-5820 of 5838 archived Tenders