Electrical Tenders
Electrical Tenders
DEPT OF THE ARMY USA Tender
Corrigendum : Closing Date Modified
United States
Details: The United States Army Corps Of Engineers (usace), Transatlantic Middle East District (tam), Is Releasing The Following Presolicitation Notice For The Purpose Of Making Notification To The Public And To Solicit Responses For The Prequalification Of Sources. While All Attempts Have Been Made To Ensure The Accuracy Of The Information Presented Below, The Government Does Not Guarantee Its Accuracy, And Prior To Award, Reserves The Right To Make Any Changes To The Project As Deemed Necessary.
this Notice Is For Construction Of The Fleet Maintenance Facility & Tactical Operations Center (p992) Project At Shaikh Isa Air Base In The Kingdom Of Bahrain. The P992 Project Is A Programmed Military Construction (milcon) Project.
project Scope: The P992 Project Will Construct A Two-story, Steel-frame Fleet Maintenance Facility (fmf) Using Pre-engineered Metal Building (pemb) On A Concrete Slab Foundation And Structural Floor, Insulated Metal Roof Panels On Steel Purlins, Interior Prefabricated Metal Module Units, And Exterior Rf Shielding Membrane. The Facility Will Include Maintenance And Repair Areas, Personnel Support Areas And Storage. Its Function Is To Support Associated Asset Of P-8a Aircraft Housed In The Adjacent P-8a Hangar. Project Also Constructs A Single-story Tactical Operations Center (toc); The Facility Will Be Composed Of Pemb On A Concrete Slab Foundation. The Facility Will Include Administrative And Operational Areas. The Facility Will Consolidate Requirements Currently Housed In Multiple Relocatable Facilities As Well As Provide Operational Support To The P-8a Aircraft.
this Project Alters Building #5070 (133.78 M2). Alterations Will Involve Minor Repair To No More Than 30% Of The Existing Gypsum Board Walls/ceilings And Painting Of All The Existing Gypsum Board Wall/ceiling Surfaces.
information Systems Include Basic Telephone And Secure Telephone, Secure Computer Network, Fiber Optics, Cable Television, Security (ids/ess) And Fire Alarm Systems And Infrastructure.
this Project Will Provide Anti-terrorism/force Protection (at/fp) Features And Comply With At/fp Regulations And Physical Security Mitigation In Accordance With Dod Minimum Anti- Terrorism Standards For Buildings. User Generated Unit Costs Were Used Were Used For This Project And Include The Cost Of Features To Meet The Minimum Dod At/fp Standards.
built-in Equipment Includes 60 Hz And 400 Hz Power Converters And Systems, Power Filters, Emergency Back-up Power Generator At The Toc, Three Oversize Access Doors, Acu-902 Pod Cooler, Storage Rack Shelving And Raised Access Flooring.
pavement Facilities Include Pads For Generators, Hvac Equipment And A Concrete Airfield Access Ramp Extension. Paving And Site Improvements Include Grading, Asphalt Road Repair, Security Fencing, Entry Control Points, And Concrete Paver Installation.
site Preparation Includes Site Clearing Of Existing Structures, Underground Utility Relocations And Preparation For Construction.
electric Utilities Include Site Lighting, Prime-rated Generators, Underground Electric Distribution Systems, Antenna Infrastructure, Telecommunications Infrastructure, Antenna Cable, And Relocation Of Existing Underground Electrical And Telecommunications Systems. Mechanical Utilities Include Storm Water Lines And Fire Water Supply Lines. The Project Includes Force Protection Barriers.
this Project Contains A Secure Hotel Component And Will Require A U.s. Contractor With A Defense Counterintelligence And Security Agency Issued Active Facilities Clearance Listing (fcl) At The Secret Level Or Higher.
magnitude Of Construction: The Magnitude Of Construction For This Project Is Estimated To Be Between $10,000,000.00 And $25,000,000.00.
period Of Performance: The Estimated Overall Period Of Performance (pop) Is Five Hundred Ninety-nine (599) Calendar Days From Notice To Proceed (ntp) For The Entire Scope Of Work.
location Of The Work: The Location Of The Project Is Shaikh Isa Air Base In The Kingdom Of Bahrain.
tentative Milestone Dates: The Design-bid-build (d-b-b) Solicitation Is Scheduled For Release In May Of 2022. Offeror’s Proposals May Be Due 30 Days Following Release Of The Solicitation And Contract Award Is Estimated To Be In August Of 2022.
project Classification: The Project Is Classified Through The North American Industry Classification System (naics) Under Code 236220 Commercial And Institutional Building Construction With A Small Business Size Of $39.5 Million. However, As This Requirement Will Be Performed Oconus, Small Business Set Asides Will Not Be Used. This Solicitation Will Be Advertised As A Full And Open Requirement Using Prequalification Of Sources.
solicitation Documents: Solicitation Documents Will Only Be Provided To Offerors Who Have Responded To This Notice And Have Been Determined To Be Qualified In Accordance With This Notice. To Be Qualified, Interested Firms Must Have An Active Registration In Sam.gov And Possess A Facility Clearance Level (fcl) Of Secret Or Higher, Issued In Accordance With The National Industrial Security Program Operating Manual (nispom), Dod 5220.22-m By The Closing Of This Posting. If The Interested Firm Is A Joint Venture (jv), All Members Of The Jv And The Jv Itself Must Possess A Secret Fcl Or Higher At The Date And Time Of The Close Of This Posting. Any Interested Firm Must Provide A Response To This Pre-solicitation Notice Identifying Its Name, Physical Address, Email Address, And Commercial And Government Entity (cage) Code. A Copy Of The Offerors Fcl Must Be Provided.
interested Offerors Are Required To Sign And Return The Attached Controlled Unclassified Non-disclosure Agreement (nda). Upon Government Receipt Of A Signed Nda And Verification Of A Firm's Sam Registration, Cage Code And Fcl, Specifications/drawings And Other Related Project Documents Will Be Released To Eligible Offerors By Secure Document Transfer Method, Such As Dod Safe Site. Paper Copies Of The Solicitation Will Not Be Issued, And Solicitation Documents Will Not Be Posted Publicly. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader.
the Request For Proposal Will Only Be Released To Offerors Who Have Met The Prequalification Of Sources Requirment.
interested Offerors Are Required To Respond To This Notice By Submitting A Copy Of Their Active Fcl And Nda Documents And Emailing Them To Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil No Later Than 13 May, 2022 By 4:00 Pm Eastern Daylight Time.
be Advised That This Is A Presolicitation Notice Only And Is Not A Solicitation. This Notice Does Not Restrict The Government From Utilizing A Different Acquisition Approach Or Making Any Changes To The Project Scope Or Terms, Or To Award Some, All, Or No Resultant Contracts. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. If You Have Any Questions, Please Email Both Sam Cornwell At Samuel.i.cornwell@usace.army.mil And Jesse Hobbs At Jesse.a.hobbs@usace.army.mil.
Closing Date13 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (mar 2022)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version (jun 2002)|8|x||x||||||
inspection And Acceptance - Short Version|8|x||x||||||
time Of Delivery (june 1997)|20|0001||||||||||||||||||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|tbd|tbd|||tbd||||||
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(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||||||||||||||
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 (jan 2022)|13|332722|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
evaluation Criteria And Basis For Award-|1||
solicitation Due Date Has Been Extended.
quantity Has Been Increased. Solicitation Due Date Has Been Extended To Allow For Additional Quotes.
solicitation Due Date Has Been Extended To Allow For Updated Quotes.
small Business Set-aside Has Been Dissolved. Solicitation Due Date Has Been Extended.
solicitation Due Date Has Been Extended.
solicitation Due Date Has Been Extended.
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In.
3.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 (250 Days)
4.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000.
5. Drawings Associated With This Solicitation Will Be Made Available On The New Beta.sam Website, But Will Be Restricted Access Which Needs To Be Approved. Once Access Has Been Requested, Interested Vendors Should Email The Poc Listed On The Solicitation To Inform
Them Of The Request.
\
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 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;50271000pl 95310 J B;
2.2.3 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.4 "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-a574 | | | |120401|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 ;this Screw,cap Skhd Hex Must Be Manufactured In Accordance With Crane Defense Systems Parts List 50271000pl Item 46 Except As Amplified Or Modified Herein.;
3.2 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.
3.2.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1.
3.2.2 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.
3.2.3 For Fasteners Of All Grades With A Nominal Diameter Less Than 1/4-inch, Wedge Angles In Accordance With Astm-a574 Must Be Used.
3.2.4 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.
3.3 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.
3.3.1 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.
3.3.2 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.
3.3.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.4 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 Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
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 9digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4)
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, Or S-5343934-3, 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.
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 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
- 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 Date5 Mar 2025
Tender AmountRefer Documents
Mechanical And Electrical Technician NIKOLI TESLI Tender
Poland
Purchaser Name: Mechanical And Electrical Technician NIKOLI TESLI | Description: The Omission of Dostawa is the Education of the Mechanics–electrical W Chorzów – Four Parts of the 4 Parts of the section of the 4 parts of the Mechanics–electrical Machine: The Four Partition of the Four Parts of the Four Part 4 Parts of the Part 4 Partition
Closing DateNA
Tender AmountNA
9761-9770 of 9854 active Tenders