Electrical Tenders

Electrical Tenders

Turkish Electrical Communications A.S. General Directorate of the 22nd Regional Directorate of KASTAMONU Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Turkey
Purchaser Name: Turkish Electrical Communications A.S. | Kursunlu Tm 420 Kv Circuit Breaker Support Foundation Construction Work
Closing Date31 Oct 2024
Tender AmountRefer Documents 

Turkish Electrical Communications A.S. General Directorate of the 19th Regional Directorate of Antalya Tender

Others
Turkey
Purchaser Name: Turkish Electrical Communications A.S. | Protective Clothing Material Purchase
Closing Date5 Nov 2024
Tender AmountRefer Documents 

Turkish Electrical Communications A S General Directorate TEIAS 1st Regional Directorate Istanbul DAVUTPASA Tender

Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: Turkish Electrical Communications A S General Directorate TEIAS 1st Regional Directorate Istanbul DAVUTPASA | Air Conditioning System Purchase (Including Assembly and Disassembly)
Closing Date30 Oct 2024
Tender AmountRefer Documents 

Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Turkey
Purchaser Name: Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA | :Construction of Two Workshop Buildings within the borders of Iskenderun 2 Tm and Erzin Tm
Closing Soon23 Oct 2024
Tender AmountRefer Documents 

Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA Tender

Turkey
Purchaser Name: Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA | 400 Kv Mersin Transformer Center Extension Construction Work
Closing Soon25 Oct 2024
Tender AmountRefer Documents 

Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA Tender

Civil And Construction...+1Others
Turkey
Purchaser Name: Turkish Electrical Communications A S General Directorate Of The 18th Regional Directorate Of ADANA | 2024 Worker Clothing Material Purchase
Closing Date7 Nov 2024
Tender AmountRefer Documents 

Other Organizations Tender

Civil And Construction...+1Others
France
Details: The subject of the contract consists of the industrial study, the realization, the overall plant tests, the installation, the commissioning and the on-site tests for a detritiation unit in a nuclear installation of the Valduc site. The purpose of this unit is to control the ventilation of the containment enclosures (and in particular to maintain their depression level) as well as the purification of the residual tritium from their atmosphere by catalytic oxidation in vapor and trapping of it on zeolite. The Market Consists Of: - Mechanical Studies Of Detritiation And Desorption Processes (reactor, Heat Exchangers, Piping, Glove Box) Integrating All Specifications, - Electrical Studies Integrating All Specifications (including Technological Specifications), - Control-command Studies Particularly In Connection With Complex Ventilation Control (Pressure/flow regulation in transient regime) Integrating Technological Specifications And Safety Requirements, - Studies Of Integration Of Processes And Their Servitudes Within The Future Reception Facility, - Mechanical Production Of Processes And Containment Enclosures Such As Glove Boxes (boilermaking And Piping), - Electrical Production (bay And Cabling), - Integration Of Specific Cea Supply Components, - Development Of Control By PLC and Process Supervision (programming), - Carrying out overall factory tests, - Delivery and on-site installation of all equipment and their servitudes, - Electrical and mechanical connection of the detritiation unit (ventilation, process, fluid connection and servitudes on existing networks, work on active networks) - Modification of existing detritiation networks - On-site tests of proper operation and commissioning of processes, - On-site acceptance, - Provision of documentation (in particular TQC file containing plans, reports, maintenance manuals, specific documentation of components, supplies).
Closing Date15 Nov 2024
Tender AmountRefer Documents 

Philippine National Police Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines National Police Commission Philippine National Police, Police Regional Office 6 Regional Bids And Wards Committee Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Request For Quotation Date: October 1, 2024 Rfq No. 10-001-2024 (svp) Company/business Name: ________ Address: ________ Business/mayor’s Permit No.: ________ Tin: ________ Philgeps Certificate Of Registration Number: (required) ________ The Philippine National Police, Police Regional Office 6 (pro6), Through Its Regional Bids And Awards Committee (rbac), Intends To Procure Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City, Through Small Value Procurement (svp) Under Section 53.9 In Consonance With Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Wherein, The Threshold Allowable For The Philippine National Police (pnp), A National Government Agency (nga), Shall Not Exceed One Million Pesos (php1,000,000.00). Please Submit Your Duly Signed Quotation Manually To Rbac Chairman To The Given Address Below, On Or Before 10:00 Am Of October 23, 2024 Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): A) Name Of Project : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City B) Delivery Site : Headquarters, Police Regional Office 6 C) Description : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City D) Delivery Period : Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed E) Approved Budget : Php985,370.40 F) Funding Source : Approved Program Of Expenditure (poe-pa) Pnp Tr For The Month Of June 2024 Pbgen Archival D Macala Drda/chairman, Rbac Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Hotline No.: 09985986097 Email: Orlrddpro6@gmail.com Interested Supplier Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Mayor’s/business Permit/bir Certificate Of Registration; B. Philgeps Registration Certificate; And C. Omnibus Sworn Statement. For Any Clarification, You May Contact The Rbac Secretariat At 09199817877 Or Send Email To Orlrddpro6@gmail.com. Archival D Macala Police Brigadier General Drda/chairman, Rbac Annex “a” Bid/price Proposal Form ¬-_________________________________________________________________________ Date: _____________ The Chairperson, Regional Bids And Awards Committee Police Regional Office 6 Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Ma’am/sir: Having Examined The Request For Quotation No. 10-001-2024 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Item No. Description Quantity Unit Unit Price Amount Php 1 Termite Control Services 1.a. Termiticide Application For Soil Frequency: Once On General Treatment. 1 Lot 1.b. Wood Spraying Frequency: Once On General Treatment. 1 Lot 1.c. Contamination Method Frequency: Once On General Treatment And Three (3) Maintenance On 1st Year And Semi-annual Maintenance On 2nd Year. 1 Lot 2 Spray Application For Controlling The Pest Frequency: Once On General Treatment. 1 Lot 3 Strategic Application For Rodent Control Frequency: Once On General Treatment. 1 Lot Total Price In Figures: Total Price In Words: Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/s Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pnp, Pro 6 Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Pnp, Pro 6. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pnp, Pro 6 May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Terms Of Reference Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Introduction The Philippine National Police, Police Regional Office 6 Mandated To Create And Maintain A Presentable, Conducive, And Environment- Friendly Pnp Buildings And Facilities. To Have A Unified Preventive Measure To Prevent Pnp Buildings And Facilities From Deterioration, Damage, Fire, Chemical, And Electrical Hazard. Per Its 2024 Pnp Trust Receipt Fund Has Allotted A Budget For The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Objective To Obtain A Contractor For The Termite Treatment Control For The Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Scope Of The Contract The Contractor Agrees To Provide Technical And Professional Labour, Equipment, Materials, And Supervision For The General Pest And Termite Control Service For All The Areas Inside Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. The Scope Of Works Shall Include But Not Limited To: 1. Inspection Of The Whole Area To Determine The Species Of Pests, Their Feeding Habits And Harbourage, And To Check Signs Of Infestation, Including Droppings, Damages, Urine, Runs, Foot Prints, Smears, And Nests. Pest And Termite Control Covers The Whole Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. With Approximately 50,549.06 Square Meter (sq.m.) Lot Area. 2. The Contractor Shall Provide A Process On Pest Control Application And Actual Treatment Methodologies Based On The Actual Inspection. 3. The Frequency Of The Treatment Of General Pests And Termites Shall Be Based On The Schedule Of Requirements. 4. Termiticide Application For Soil To Prevent The Damage Of Subterranean Termites, Use The Following Strategy: A. Barrier Method – By Treating The Soil Around The Perimeter Are Through Direct Injection To The Soil; And B. Drilling Method – In Case Of Cemented Areas, A Drilling Within 14 Inches Deep Or Until Attached To The Compacted Soil To Inject The Soil. 5. Wood Spraying – A Direct Spraying To The Wood With An Infestation Or Used For The Wood Preservation To Help Minimize The Incoming Infestation. 6. Contamination Method – Use Powdering For Contaminating Termites Up To Their Colony. This Process Of Injecting The Powder To The Doorjamb, Electrical Outlet, Baseboard, Double Walling, And Etc. The Frequency Of The Maintenance Is Stated On The Schedule Of Requirements And An Application Of Chemicals To The Susceptible Areas. 7. A Residual Spraying Of All Crawling And Flying Insects To Control The Disease That Brought By These Pests. 8. For Controlling Flying And Crawling Insects Such As Mosquitoes, The Use Of Back-pack Misting Machine To Contain The Insecticide Solution And Released In The Form Of Tiny Droplets Or Mists To Eliminate Flying And Crawling Insects Thus Giving Instant Knockdown Effect. 9. Rodent Control In Controlling Rats And Mice, Use The Following; Baiting By Using Zinc Phosphide To Be Mixed With The Food That Applicable To The Buildings And Facilities; Or Mechanical Control With A Bait As An Attractant For Rodent; Of Rat Glue With Bait As And Attractant. The Said Bait Will Be Put On The Strategic Places Wherein The Rodents Get Out Of Their Hiding Places When Everything In The Environment Is Quiet Of There No More People Around. The General Pest Control And Termite Control Shall Be Scheduled As Soon As The Notice To Proceed Is Received. The Contractor Shall Likewise Be On-call For Pest And Termite Treatment Whenever Necessary Without Any Additional Cost/fees. Contractor Shall Apprise The Client Of Any Health Or Environmental Hazards That May Be Posed By The Chemical Applications. Contractor Shall Strictly Observe Precautionary Warnings And Other Instructions Concerning The Proper Use And Application Of The Chemicals To Be Used. General Requirements 1. All Chemicals/solutions To Be Used By The Contractor Must Be Registered To The Fertilizer And Pesticide Authority (fpa), The Food And Drug Administration (fda) And/or Other Government Agencies Concerning The Product. 2. Deployed Personnel Of The Contractor Must Be Equipped With The Proper Ppes Prior To Treatment. 3. Disposal Of All Hazardous Waste Used Such As Empty Chemical/ Solution Containers, Used Ppes, And Excess Chemicals/ Solutions Shall Be Included In The Scope Of Works Of The Contractor. 4. Submission Of Service Reports For Each Treatment Subject For Approval Of The Procuring Entity. Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Service Level Agreement 1. The Contractor Shall Ensure That All Chemicals/solutions To Be Used Shall Not Pose A Health Hazard To The Occupants Of The Building. 2. The Contractor Shall Follow All Safety Precautions In The Application And Handling Of All Chemicals/solutions. 3. The Contractor Shall Provide Services In Accordance With The Industry Best Practices, Using Safe And Environmentally Friendly Methods. All Technicians Are Trained And Certified To Perform Pest Control And Termite Treatments. 4. The Contractor Shall Submit An Official List Of Qualified Technicians Provided With Training Certificates And Photocopy Of Company Id. 5. The Contractor Shall Ensure That All Office Areas, Including Floorings, Walls, Office Furniture And Fixtures, Etc., Will Have No Stain Marks Or Droplets Of Chemicals/solutions Used. 6. The Contractor Shall Be Held Responsible For The Cost Of Damages And/or Necessary Repairs Caused By, Or Those That Are Reasonably Attributable To The Contractor And Its Employees. 7. In Every Treatment, The Chemicals/solutions To Be Use And Workmanship Of The Contractor Shall Be Subject For Inspection And Approval Of The Procuring Entity. 8. The Contractor Will Provide Detailed Service Reports After Each Visit, Including Findings, Treatments Performed, Recommendations, And Any Necessary Follow-up Actions. 9. The Contractor Shall Agree To Quarterly Evaluation Of The Outcome Of The Pest Control Measures Being Implemented. If Found Unsatisfactory, The Contractor Shall Be Given 30 Days To Rectify The Findings And Will Be Re-evaluated. Failure Of The Contractor To Pass The Re-evaluation Will Result In The Termination Of The Contract. 10. The Type Of Pesticides/chemicals Being Applied Or The Methods Being Implemented May Be Changed/replaced If Found Ineffective. Duration Of The Contract The Effectivity Of The Contract Is For Two (2) Years Unless Otherwise Terminated By Either Or Both Parties Pursuant To Item 9 Of The Service Level Agreement Of This Contract. Schedule Of Requirements/delivery Instruction Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods As In Accordance With The Schedule Of Requirements And Terms Of Reference. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. ___________________________________ Date ___________________________________ Company Name ___________________________________ Authorized Representative Name/signature ___________________________________ Address ___________________________________ Official Contact No. Annex “b” Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant Subcribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No. ______________________ Issued On _______________at _______________. Witness My Hand And Seal This ____ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _________________ Notary Public For ___________ Until _________ Roll Of Attorney’s No. _____________________ Ptr No. ___________ [date Issued], [place Issued] Ibp No. ____________ [date Issued], [place Issued] Doc. No. _______ Page No. ______ Book No. ______ Series Of _______. *the Identification Card Shall Be At Least One Of Those Acceptable Proofs Of Identity As Identified Under The Provisions Of The 2004 Rules On Notarial Practice. “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Of Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Ps.
Closing Soon23 Oct 2024
Tender AmountPHP 985.3 K (USD 17 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: *update* 15oct2024- Submissions Due Date Extended To 28-october- 2024 1:00pm Edt. --------------------------------------------------------------------------- due To Upcoming Storm Amended To Postpone Pre-proposal Teleconference Until 1300 On 15 October 2024. --------------------------------------------------------------------------------- contract Information: The U.s. Army Corps Of Engineers (usace), Jacksonville District (saj) Is Soliciting For Architect-engineer (a-e) Services In Accordance With Public Law 92-582 (selection Of Architects And Engineers Or Brooks Act) As Implemented In Far Subpart 36.6. As A Result Of This Announcement, Saj Intends To Award An Indefinite Delivery Indefinite Quantity (idiq) Single Award Task Order Contract (satoc) To Perform A-e Services For Geotechnical Core Drilling, Laboratory, Testing, And Hydrogeological Investigations And Studies Located Within The Saj Aor. This No Longer Includes, Pr, Vi Or The Caribbean. This Procurement Will Be Set-aside As Small Business. the Primary Purpose Of This Contract Is To Provide Architect-engineering (ae) Services For Projects Located Within The Geographic Boundaries Of The Jacksonville District On Land, And On Protected And Unprotected Water, To Include Florida And Georgia. Secondarily, The Contract May Be Used To Provide Services Within The Geographic Boundaries Of Other U.s. Army Corps Of Engineers Districts Within The South Atlantic Division, And The Nation. The Contractor Will Have The Right To Refuse Orders For Services To Be Performed Outside Of The Area Of Responsibility Of The Jacksonville District. Only The Firm Considered Most Highly Qualified Will Be Awarded A Contract. An Indefinite Delivery Contract Will Be Negotiated And Awarded From This Solicitation With Subsequent Work Issued By Negotiating Firm-fixed Price Task Orders. The Contract Will Be A Period Of One Year From Date Of Award, With Options To Extend For Four (4) Additional Years, Not To Exceed A Total Of Five Years. the Contract Minimum Is $10,000.00. While The Estimated Dollar Amount Per Year Is $3,000,000.00, The Actual Obligation Per Year May Be Greater Than Or Less Than $3,000,000.00. The Maximum Amount Of The Contract Is $15,000,000.00 For The Life Of The Contract. The Task Order Minimum Is $10,000.00 And The Maximum Is $2,000,000.00 In Accordance With Far 52.216-19, Order Of Limitations. Other Applicable Clauses Include Far 52.216-18, Ordering, And Far 52.216-22, Indefinite Quantity. the North American Industry Classification System (naics) Code For This Action Is 541330. The Small Business Size Standard Is $25,500,000.00. Compliance With Federal Acquisition Regulation Clause 52.219-14 Limitations Of Subcontracting Will Be Required. 1. Project Information: The Work Will Primarily Consist Of Geotechnical Core Drilling And Geotechnical Subsurface Sampling Via Continuous And/or Standard Penetration Testing (spt) And Other Standard Drilling Techniques, Undisturbed Sampling, Rock Coring In Hard And Soft Rock Units, Large Diameter Coring Within Rock Units, Sonic Drilling, Vibracoring, Probing, Field And In Situ Testing, Geophysical Site Investigations, Field And Laboratory Geotechnical Testing Of Materials (including Construction Q/a) Testing), Chemical Analytical Laboratory Testing, Site Preparation, And Establishing Coordinate Locations. 2. Selection Criteria: The Selection Criteria For This Project Are Listed Below In Descending Order Of Importance. Criteria In Paragraphs A Through F Are Primary. Criterion G Is Secondary And Will Only Be Used As A Tiebreaker Among Firms That Are Essentially Technically Equal. Please Limit Your Response To 50 Pages, Excluding Cover Pages, Tabs, Table Of Contents, Licenses, Certifications, Resumes, Letters Of Commitment, Joint Venture Agreements, And Commendations/past Performance Are Excluded From The 50 Page Limit. factors For Evaluation In Descending Order Of Importance Are: a. Specialized Experience And Technical Competence: The Firm Shall Demonstrate Specialized Experience And Expertise Either In-house Or Through Association With A Qualified Sub-contractor(s). Limit Project Submissions To Ten (10) Projects For The Entire A-e Team In Sf 330 Section F. Additional Projects May Be Included In Sf 330 Section H. All Projects Shall Be Clearly Annotated With Applicable A-e Firms From The Team. Images Of Work Products Must Be Clearly Annotated With Source Of Picture, Specific Description Of What Is Being Presented, And Who Produced The Items Depicted In The Image. All Pages Shall Be Numbered Sequentially Either For The Entire Package Or Within Each Section. if Any Portion Of The Work Provided As Specialized Experience Is Subcontracted, Clearly Identify That Work As Such And Provide The Required Experience Of That Subcontractor As It Relates To Work The Subcontractor Is To Perform For This Solicitation. If The Offeror Is A Joint Venture, Each Firm Shall Provide Information Demonstrating Experience Relevant To Their Role On This Requirement. joint Venture Requirements: Parties Wishing To Propose As A Joint Venture Must Submit, With The Pro Forma Documents, An Executed Copy Of The Joint Venture Agreement. The Joint Venture Agreement Shall Be Executed In Accordance With Far 4.102(d). Each Joint Venture Partner Shall Submit Evidence Satisfactory To The Contracting Officer That Its Board Of Directors Has Approved Its Participation In The Joint Venture Or By An Instrument Of Similarly Binding Character In The Case Of An Unincorporated Entity. Offerors Are Reminded That To Obtain An Award The Awardee, To Include A Joint Venture, Must Be Registered In The System For Award Management (sam) Database. Applicable To Set Aside Solicitations: Joint Ventures Must Meet Applicable Size Standards (see Far Subpart 19.1). Submit With The Proposal Any Size Determination For The Joint Venture Entity Received From The Small Business Administration. A Joint Venture Where-in One Party Is Not A Small Business May Be Referred To The Small Business Administration (iaw Far 19.302 (b)) To Determine Eligibility. All Questions Regarding Joint Ventures Must Be Directed To The Small Business Administration (sba) And Not The Contracting Officer. a Project Is Defined As A Single, Stand-alone Contract And/or A Single Task Order Issued Under An Existing Idiq Contract(s) Unless The Project Included Multiple Phases And Was Issued Under More Than One Contractual Order. It Shall Be Noted That An Idiq Contract Is Not A Project. Do Not Combine Multiple Task Orders Unrelated To A Stand-alone Project To Create A Single Project Example. Combining Multiple Task Orders Under An Idiq To Create A Single Project Will Not Be Compliant With The Solicitation Criteria, And It Will Not Be Evaluated Or Considered. The Contract Number Or Idiq Number And Individual Task Order Number Associated With The Project In The Title Must Be Included For Each Of The Projects. If The Project Is Not 100% Complete, Note The Current Percentage And Estimated Date When The Project Will Be Completed For Each Contract And/or Task Order. (1) Drilling Firms Shall Clearly Demonstrate Specialized Experience And Expertise In The Following Field Data Collection Procedures: Standard Penetration Testing (spt); Rock Coring (including Large Diameter, Six Inches, Or More In Weak Rock); Sonic Drilling; Vibracoring; Wash Probing; Undisturbed Sampling; Test Pits; Monitoring Well And Piezometer Installations. Firms Shall Clearly Demonstrate Specialized Expertise In Multiple Field Conditions Including Upland, Swamp (partially Inundated Or Tidally Inundated), Island, Over Water, And Unusual Situation Or Difficult Access Locations. Firms Must Demonstrate Experience Obtaining Site Access (rights Of Entry, Permits, Site Clearing, And Heavy Equipment Operation); And Establishing Coordinate Locations Using The Appropriate Coordinate Systems And Datums (horizontal And Vertical) On Land And Over Water. All Geotechnical Field Activities Shall Be Conducted Per The Appropriate State Or Federal Standard Operation Procedures, As Applicable. (2) Geotechnical Laboratory Testing Firms Shall Clearly Demonstrate, Either In-house Or Through Association With Qualified Subcontractors, Specialized Experience, And Expertise In The Following Laboratory Analyses: Index Testing (grain Size Distribution, Carbonate Content, Atterberg Limits, Moisture Content, Specific Gravity, And Organic Content); Triaxial Tests; Consolidation; Compaction Tests; Permeability Tests; Unit Weights; And Unconfined Compressive Strength Testing. Firm Must Clearly Demonstrate Ability To Obtain And Maintain Usace Laboratory Validation Of Pertinent Tests Throughout The Contract Life. If The Firm Currently Does Not Have Access To A Usace Validated Lab, The Firm Must Clearly Demonstrate Ability To Obtain Usace Laboratory Validation Prior To Contract Award. The Lab Shall Be A Corps Validated Lab Located Within 30 Miles Of The Saj District Office. (3) In Situ And Field Testing Firms Shall Clearly Demonstrate Specialized Experience And Expertise In The Following In Situ And Field Data Collection Procedures: Cone Penetration Testing (cpt); Other In Situ And Field Data Collection Procedures (i.e., Pocket Penetrometer, Dilatometer Testing (dmt), Vane Shear Testing (vst), And Pressuremeter Testing (pmt), Etc.); Field Data Collection Procedures (recharge Tests, Slug Tests, Percolation Tests); And Aquifer Testing (drawdown, Specific Capacity, Etc.), Well Casing Pressure, Aquifer Performance Tests (apt); Turbidity, And Field Sampling Stabilization Parameters (ph, Specific Conductivity, Temperature, And Dissolved Oxygen.)). (4) Geophysical Investigations Firms Shall Clearly Demonstrate Experience In The Following Geophysical Methods And Technologies: Upland And Marine Seismic (reflection, Refraction, Cross-hole, And Tomography); Electrical (self-potential, Resistivity, And Induced Polarization); Ground Penetrating Radar (gpr); And Borehole Logging (spontaneous Potential, Resistivity, Electrical, Natural Gamma, Gamma-gamma, Neutron, Caliper, Temperature, Flow Meter, Sonic, And Borehole Camera). (5) Chemical Analytical Laboratory Testing Firms Shall Clearly Demonstrate, Either In-house Or Through Association With Qualified Subcontractors, Specialized Experience, And Expertise In The Following: Chemical Analytical Laboratory Testing (microbiological, Organic, Inorganic, And Radiochemical Analyses).chemical Analytical Laboratory Facilities Must Demonstrate Participation In The National Environmental Accreditation Program (nelap) And Be Accredited By The State Of Florida Accrediting Authority, Department Of Health, For The Methods, Analyses, And Matrices Grouped Above. Chemical Analytical Laboratory Facilities Must Demonstrate Experience Working With The Florida Department Of Environmental Protection (fdep) And Utilizing Qa/qc Data Validation Software-adapt Electronic Data Deliverables (aedd). (6) Equipment Available To The Firm Firms Must Have The Ability To Obtain All Necessary Equipment To Perform The Work, Including But Not Limited To Drill Rigs; Amphibious Or Track-mounted Drill Rigs; Floating Plant For Protected Waters; In Situ Testing Equipment; Geophysical Equipment; And Survey Equipment. Firms Must Indicate Whether The Equipment Is Owned, Sub-contracted, Or Leased. For Drill Rigs, Firms Must Indicate Whether Drill Rigs Are Equipped With Automatic Or Manual Hammers. b. Qualified Professional Personnel: A Resume Is Required For Each Person, Showing Relevant Education, Training, Registration, And Certifications. Note: One Individual Possessing The Required Expertise Of More Than One Discipline Is Acceptable, But The Resume Must Clearly Demonstrate Meeting The Required Length Of Experience Of Each Discipline. The Firm Must Have, Either In-house Or Through Association With Qualified Subcontractors, Adequate Staff With Specialized Experience And Knowledgeable In The Geology Of The Saj Aor To Perform The Work In The Required Time. The Individual Resume For Each Person Should Not Exceed 3 Pages. (1) Registered Professionals: Key Personnel Must Have A Bachelor, Master, Or Doctoral Degree From An Accredited College Or University In Geology, Physical Science, Engineering, Geomatics, Land Surveying, Or Related Field. Key Personnel Must Have A Professional License From One State Or Commonwealth Of The United States In Geology, Engineering Or Land Surveying. The Minimum Key Personnel Required Are Listed Below, And Minimum Years Experience Is Shown In Parentheses For The Following Disciplines: A Registered Professional Geologist (5 Years Of Recent Experience In Florida), A Registered Professional Civil/geotechnical Engineer (5 Years Of Recent Experience In Florida), A Registered Surveyor (3 Years Of Recent Experience In Florida), A Geophysicist (10 Years Of Recent Experience; Florida Experience Is Preferred), And A Hydrogeologist (5 Years Of Recent Experience In Florida). (2) Other Professionals: The Minimum Key Personnel Required Are Listed Below, And Minimum Years Experience Is Shown In Parentheses For The Following Disciplines: Geologist In Training (1 Year Of Recent Experience; Florida Experience Preferred); Civil/geotechnical Engineer In Training (1 Year Of Recent Experience; Florida Experience Preferred); Chemist (3 Years Recent Experience With Data Reduction And Analysis); Environmental Field Technicians (3 Years Recent Experience Conducting Environmental Sampling; Florida Experience Preferred); Geotechnical Field Technicians (3 Years Of Recent Experience In Florida) And Drillers (3 Years Of Recent Experience In Florida). (3) A Resume Is Required For Each Person, Showing Relevant Education And Training, Intended Contract Role(s) As Defined Herein To Be Filled By The Person, As Well As Experience Both Past And Recent (within The Last Five Years). Note One Individual Possessing The Required Expertise Of More Than One Contract Role Is Acceptable But The Resume Must Clearly Demonstrate Meeting The Required Length Of Experience Of Each Contract Role Via Documented Project Assignments/experience. c. Past Performance: Firm, And/or The Sub-contractor, Must Provide Relevant Past Performance In The Accomplishment Of Similar Work That It Outlined In This Solicitation. Firm Must Submit Information For Relevant Contracts And Subcontracts Including The Name, Address, And Telephone Number Of References. Relevancy Is Defined In The Department Of Defense (dod) Guide To Collection And Use Of Past Performance As Information That Has A Logical Connection With The Matter Under Consideration And Application Time Span. Submit Information For All Relevant Contracts And Subcontracts Started Or Completed Within The Past 5 Years Measured From The Date Of Synopsis (see Paragraph 2 And 2a, For Page And Project Limits). Firms May Include Supporting Information In The Proposal, Such As Letters Of Commendation From Clients, On Past Performance On Recent Similar Contracts Include Information On Problems Encountered In Prior Contracts And Discuss Actions Taken To Remedy Unsatisfactory Performance. Past Performance On Contracts With Government Agencies And Private Industry Regarding Quality, Cost Control And Timeliness Of Work Will Be Reviewed. Past Dod Experience Data Available To The Government Through Contractor Performance Assessment Reporting System (cpars) Will Also Be Evaluated. Other Credible, Documented Information On Past Performance Will Be Considered, Except For Adverse Performance Information To Which The Firm Has Not Had An Opportunity To Respond. d. Capacity To Accomplish The Work: Firm, And/or The Sub-contractor, Must Have The Capacity To Proceed With Work And Accomplish It In A Timely Manner Once A Notice To Proceed Is Issued And Accomplish It In Accordance With Scheduled Completion Dates. The Prime Firm Shall Clearly Demonstrate At Least Minimal Drilling Capabilities Of One Drill Rig, An Experienced Drill Crew, And At Least One Recent Project Example (within Past 5 Years Measured From The Date Of Synopsis). e. Knowledge Of The Locality: Firm, And/or The Sub-contractor, Must Demonstrate Knowledge Of The Locality, Geological Features, And Local Environmental Conditions For Florida. This Includes But Is Not Limited To Rock Formations, Regional And Local Stratigraphic Relationships, Regional And Local Groundwater Regimes (to Include Assessment Of Artesian Conditions), Seismicity, Etc. Experience Must Be Demonstrated In Qualified Personnel Resumes, And Past Project Experiences. f. Geographic Proximity: Firms Based In Or Having Branch Offices With Laboratory Testing Capabilities In Florida Will Be Given Preference, Provided That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. the Following Secondary Criterion Will Be Used As A Tiebreaker, If Necessary: g. Volume Of Past Dod Contracts Awarded To Firm: Work Previously Awarded To The Firm By The Dod Will Be Reviewed With The Objective Of Effecting Equitable Distribution Of Contracts Among Equally Qualified Firms. enforceability Of Proposal: The Proposal Must Set Forth Full, Accurate, And Complete Information As Required By This Announcement. By Submission Of The Offer, The Offeror Agrees That All Items Proposed (if Applicable E.g., Key Personnel, Subcontractors, Etc.) Will Be Used For The Duration Of The Contract And Any Substitutions Shall Require Prior Contracting Officer Approval. The Award Decision For This Contract Will Be Based, In Part, On An Evaluation Of The Key Personnel And/or Subcontractors The Contractor Included In Its Proposal For The Positions And/or Items Of Subcontracted Work Identified In The Proposal. The Contractor Agrees These Key Personnel And/or Subcontractors Will Be Employed As Described In Its Proposal And No Substitutes Will Be Employed Without The Prior Written Approval Of The Contracting Officer. The Contractor Further Agrees That Any Proposed Substitutes Shall Meet Or Exceed The Qualifications Of The Original Personnel And/or Subcontractors. If The Contractor Proposal Did Not Name A Subcontractor For An Identified Item Of Work, The Contractor Will Not Be Allowed To Subcontract That Item Of Work Without Prior Approval Of The Contracting Officer. this Is Not A Request For A Price Proposal. To Avoid A Conflict Of Interest, Any Contractor Proposing As A Prime May Not Have A Subcontractor Who Is Also Proposing As A Prime. This Solicitation Shall Be Viewed As One Singular Solicitation. Therefore, A Firm Submitting A Proposal As A Prime Contractor May Not Also Be Listed As A Subcontractor In Any Other Submitted Proposal Under This Solicitation. This Requirement Also Applies To Firms Submitting As Joint Ventures. In The Event A Conflict Of Interest Is Found, The Contracting Officer Reserves The Right To Deem Ineligible For Award The Proposal Submitted By The Prime Firm Who Is Also A Subcontractor Under Another Firms Proposal. as Required By Acquisition Regulations, Interviews To Discuss Prospective Contractor Qualifications For The Contracts Will Be Conducted Only For Those Firms Considered Most Highly Qualified After Submittal Review By The Selection Board. Interviews Will Be Scheduled After The Final Selection Board Has Determined The Most Highly Qualified Firms. submission Requirements: Firms Meeting The Requirements Described In This Announcement And Wishing To Be Considered Must Submit Their Sf 330, Part I, For The Proposed Combined Team (firm Or Joint Venture And All Subcontractors), And Sf 330, Part Ii, For The Firm Or Joint Venture And Each Subcontractor Electronically To Piee Solicitation Module At Https://piee.eb.mil/ System. A Firm Will Not Be Considered If Its Sf330 Part I Is Not Signed, Unless The Sf330 Part I Is Accompanied By A Signed Cover Letter Or A Current (within 3 Years) Signed Sf330 Part Ii. If A Firm Does Not Submit An Sf330 Part Ii With Its Sf330 Part I, Or Have One On File, It Will Not Be Considered (far 36.603(b)). Submit Qualification Proposals With Sf330 Parts I And Ii In Adobe Portable Document Format (pdf) As Two Separate Electronic Files. Offerors May Use Compression Utility Software Such As Winzip Or Pkzip To Reduce File Size And Facilitate Transmission. The Two Electronic Files Shall Be Named As Follows: w912ep24r0019firmname-sf 330-i.pdf W912ep24r0019firmname-sf 330-ii.pdf submittal Packages Must Be Received Via The Method Indicated Above, No Later Than 1:00 P.m. Eastern Standard Time On October 28, 2024. Submittals Received After This Date And Time Will Not Be Considered. f Submitting As A Joint Venture, Submit A Copy Of The Joint Venture Agreement. The Contract Specialist Is Ms. Isis S. Hill At Isis.s.hill@usace.army.mil. unnecessarily Elaborate Brochures Or Other Presentations Beyond Those Sufficient To Present A Complete And Effective Response To This Announcement Are Not Desired. The Naics Code Is 541330. Responses To This Request Shall Be Submitted Electronically As Stated Above; Telephone Calls And Personal Visits Are Discouraged. This Is Not A Request For Priced Proposal. Hand Delivery Will Not Be Accepted. Written Requests For Explanation Or Bidder Inquiries Must Be Sent To The Person Identified As The Contract Specialist Via Email. Inquiries And Requests That Are Directed To Any Other Person May Not Be Relayed To The Proper Person And Therefore, May Not Be Answered. a Pre-proposal Teleconference Will Be Held On Tuesday October 15, 2024 At 1:00 Pm (est). Due To Limited Ports, The Teleconference Is Being Held Only For Those Firms Interested In This Specific Work. To Rsvp, Please Send An Email To Contract Specialist, Isis S. Hill At Isis.s.hill@usace.army.mil, With Solicitation No. W912ep24r0019 In The Subject Line. The Pre-proposal Slideshow, Attendance Roster, And Q And A Will Be Posted As An Attachment To The Combined Synopsis/solicitation, After The Teleconference Has Concluded. contracting Office Address: us Army Corps Of Engineers, Jacksonville District p.o. Box 4970 jacksonville, Florida 32232-0019 United States issuing Office: us Army Corps Of Engineers, Jacksonville District 701 San Marco Blvd jacksonville, Florida 32207 United States point Of Contact(s): primary Point Of Contact: isis S. Hill, Contract Specialist email: Isis.s.hill@usace.army.mil phone: (904) 232-1240 secondary Point Of Contact: sherelle N. Barber, Contracting Officer email:sherelle.n.barber@usace.army.mil phone: (904) 232-3916
Closing Date28 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

United States
Description: Contact Information|4|n743.43|wwu|717-605-3992|noelle.m.smith10.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 Specifications Section C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| 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 (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.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 (186 Days) \ 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 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=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-f468 | | |a |031001|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Screw, Cap Hex Head Must Be In Accordance With Astm-f468, Alloy 400, Size 0.500-13unc-2a X 5.000, Except As Amplified Or Modified Herein.; 3.2 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. 3.2.1 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. 3.2.2 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. 3.2.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.3 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot. The Required Specimens For The Wedge Tensile Test Must Be Separate Fasteners From Those Required For The Yield Test. 3.3.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.3.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.3.3 For Fasteners Of All Grades With A Nominal Diameter Less Than 1/4-inch, Wedge Angles In Accordance With Astm-a574 Must Be Used. 3.3.4 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.4 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. 3.5 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. 3.5.1 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. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.5.3 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. 3.5.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.7 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. 3.7.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.7.2 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. 3.7.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) 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 Navicp-mech May Request The Pco Waive This Requirement. 3.7.4 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. 3.7.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.8 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. 3.8.1 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. 3.8.2 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. 3.9 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/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 Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.10 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: 3.10.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.10.2 Inspection For Completeness And Proper Type. 3.10.3 Verification Of Material Quality Received. 3.10.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.10.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.10.6 Identification And Protection From Improper Use Or Disposition. 3.10.7 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. 3.10.8 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. 3.10.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.11 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.11.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.12 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.12.1 When Traceability Markings On The Material Would 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 Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.12.2 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 On The Material, 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. 3.13 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.13.1 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. 3.13.2 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 Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.13.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.14 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, 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. 3.14.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.15 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, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. 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 (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("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 For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.15.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.15.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 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 - Sep 30 2008 - Thread Inspection Requirements Were Clarified - 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 - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - 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 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 Soon21 Oct 2024
Tender AmountRefer Documents 
8391-8400 of 8925 active Tenders