Fabrication Tenders
Fabrication Tenders
Inland Waterways Authority Of India - IWAI Tender
Goods
Eprocure
Corrigendum : Closing Date Modified
India
Description: Fabrication, Transportation, Installation, Testing, And Commissioning Of Quick Pontoon Opening Mechanism (qpom) Comprising Of Self-propelled Pontoons In The State Of Uttar Pradesh And Bihar Sch-b
Closing Date24 Mar 2025
Tender AmountRefer Documents
Prasar Bharati Broadcasting Corporation Of India Tender
Goods
GEM
India
Description: CATEGORY: Dismantling of old worn out false ceiling facing material of
Studio, Duty Room, AC Plant and Corridor, shifting and
disposal of dismantled debris material from the outside of
the office premises , Providing, fabrication and fixing of
false ceiling facing material in FM Studio, FM Duty Room, AC
Plant Room and Corridor area at Akashvani Lucknow as per
drawing , Dismantling of old worn out wooden panelling
facing material of Talk Studio,Announcer Booth,technical
area, shifting and disposal of dismantled debris material
from the outside of the office premises , Providing,
fabrication and fixing of A and B type wooden walls paneling
facing material including wainscot in Talk Studio, Announcer
Booth and other technical area at Akashvani Lucknow as per
drawing , Providing, fabrication and fixing of cedar or teak
wooden skirting 125mmx13mm in Studios at Akashvani
Lucknow , Repair and fixing of observation windows at
Akashvani Lucknow as per drawing , Anti Termite treatment
to ensure uniform distribution and proper penetration of
treatment of treating solution as required in Studios,
Corridor, Technical area at Akashvani Lucknow Approx 1000
Sq Mtr , Fixing of 2ftx2ft recessed LED light fixtures, as per
respective layout drawings with supply of 1.5 Sq.mm single
core copper cable with laying and wiring from electrical
board to recessed LED light
Closing Soon27 Feb 2025
Tender AmountINR 2 Million (USD 23 K)
Municipality Of Bugias Benguet Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Project Title: Improvement Of Jbta – Amdodon – Batangal – Pipingew Road Project Location: Bangao, Buguias, Benguet Duration: 44 Cd (including Demob & Curing) Project Cost: Php1,000,000.00 Source Of Fund: Supplemental Budget Cy 2024 Item No. Description Qty Unit B.5 Fabrication And Installation Of Project Billboard 1.00 Each B.7 (2) Occupational Safety & Health Program 1.00 Lot 105 (1) Subgrade Preparations 495.00 Sq.m 311 (1) Pcc Pavement, 200mm Thick 495.00 Sq.m
Closing Soon24 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Ormoc City Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb09-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Construction Of Day Care Center Location : Brgy. Gaas, Ormoc City Brief Description Other General Requirements; Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Removal Of Structures And Obstruction; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Reinforced Concrete; Structural Concrete 3500 Psi (class "a", 28 Days); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Storm Drainage And Downspout; Septic Vault (concrete/chb); Plumbing Fixtures; Cold Water Lines; Ceiling (4.5 Mm Metal Frame Fiber Cement Board); Rough Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Windows (sliding Type); Doors (flush); Fabricated Metal Roofing Accessory (gauge 26, 0.551 Mm, Flashings); Fabricated Metal Roofing Accessory (gauge 24, 0.701 Mm, Gutters); Pre-painted Metal Sheets Above 0.427 Mm Corrugated Long Span; Glazed Tiles And Trims; Unglazed Tiles; Cement Floor Finish (colored); Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (wood); Pvc Door And Frame; Chb Non Load Bearing (including Reinforcing Steel) 100mm; Metal Structure Accessories (sagrods); Structural Steel (trusses); Structural Steel (purlins); Railing; Electrical; Conduits,boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Approved Budget For The Contract : P 2,418,412.57 Cy2025 20% Development Fund-annual Budget Contract Duration : 120 Calendar Days Minimum Equipment 2-backhoe (0.80cu.m) (owned/leased); 2-dump Truck (12cu.yd) (owned/leased); 1-backhoe W/ Pavement Breaker, (e1108) (owned/leased); 4-cutting Outfit (owned/leased); 1-plate Compactor (5hp) (owned/leased); 1-concrete Vibrator (owned/leased); 1-bar Cutter (owned/leased); 1-bar Bender (owned/leased); 3-welding Machine (owned/leased); 1-1-bagger Mixer (owned/leased); 1-welding Machine (500amperes) (owned/leased); 1-truck Mounted Crane (20-25 Mt.) (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Wednesday, February 05, 2025 February 26, 2025 @ 9:30 A.m 2. Pre-bid Conference Thursday, February 13, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Wednesday, February 26, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Wednesday, February 26, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps February 05, 2025 Bac Chairman Newspaper N/a Closing Date: February 26, 2025 2025-02-cb09
Closing Soon26 Feb 2025
Tender AmountPHP 2.4 Million (USD 41.3 K)
Municipality Of Bugias Benguet Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Project Title: Improvement Of Jpni – Pasbol – Baney – Napeyasan – Jbcp Road (balili Section) Project Location: Sebang, Buguias, Benguet Duration: 46 Cd (including Demob & Curing) Project Cost: Php500,000.00 Source Of Fund: Supplemental Budget Cy 2024 Item No. Description Qty Unit B.5 Fabrication And Installation Of Project Billboard 1.00 Each B.7 (2) Occupational Safety & Health Program 1.00 Lot 101 (1) Removal Of Structure & Obstruction 98.28 Sq.m 105 (1) Subgrade Preparations 223.10 Sq.m 311 (1) Pcc Pavement, 200mm Thick 223.10 Sq.m
Closing Soon24 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Andres Bonifacio Elementary School Tender
Machinery and Tools
Philippines
Description: 2025 Fabrication Of Water System (grade 3, 2 And 1) #2 , Water Service Connection Materials/fittings ,andres Bonifacio Elementary School
Closing Soon24 Feb 2025
Tender AmountPHP 20 K (USD 342)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n743.49|wvb|7176052147|benjamin.t.spangler.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
variation In Quantity (apr 1984)|3|0|5||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040|n50286|tbd|133.2|n/a|n/a|n39040|n/a|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.
mil Benjamin.t.spangler.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material|||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|331491|900||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.
Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order; "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract.
7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
8. Viq 0+/5- Applies To This Order.
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 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.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2221 | | |f |940101|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=mil-c-15726 | | |f |911008|a| 1| |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-c-15726, Except As Amplified Or Modified Herein. Mil-c-15726 Ordering Data Information Is Provided Below:
(a) Copper-nickel Alloy, Sheet, Plate, Strip, Bar, Rod, And Wire; Mil-c-15726.
(b) Dodiss Specification Revisions Must Be As Specified Elsewhere In The Contract/purchase Order.
(c) Alloy - C71500
Form - Rod
Temper - ;060;
(d) Manufacturing Technique Must Be In Accordance With Mil-c-15726.
(e) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%)
5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%)
Or As Specified Elsewhere In The Contract/purchase Order.
Size - ;2 Inches (round);
Tolerances - As Specified In Ams-2221.
(f) Alloy Identity Test Is Not Required.
(g) Sampling Must Be As Specified In Mil-c-15726.
(h) Ultrasonic Testing Is Required.
(i) Liquid Penetrant Inspection Is Not Required.
(j) Alloy Identity Test Method Is Not Applicable.
(k) Level Of Packaging And Packing Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 ;note: Mechanical Properties Must Conform To Mil-c-15726, Table Iii.;
3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Ultrasonic Inspection
item - ;each Bar;
performance - T9074-as-gib-010/271 And Mil-c-15726
acceptance - Mil-c-15726
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. 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 Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
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 Engineeringchange.
3.7 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.
^ Quality Assurance Requirements ^
3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.9 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.
3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer 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.
3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of
any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement.
3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And
rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected.
3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government 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.
3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. 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 Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document.
3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services
specified In The Purchase Order Or Contract.
3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The
purchased Product On The End Item Represented By This Contract.
3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be
established. Records Of This Effort Must Be Available For Review By The Government.
3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier.
3.12 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:
3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.12.2 Inspection For Completeness And Proper Type.
3.12.3 Verification Of Material Quality Received.
3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.12.6 Identification And Protection From Improper Use Or Disposition.
3.12.7 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.
3.12.8 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.
3.12.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other
required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within
paragraph 3, Section C Of This Contract/purchase Order.
3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must
provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of
operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component.
3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.15.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply:
3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The
material Supplied.
3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.17 Material Handling - The Written Material Control Process Must Include The Following:
3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate
material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.18 Receiving Inspection -
3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To
another Location.
3.18.2 Receiving Inspection Must Include As A Minimum -
verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports.
verification That Certification Test Reports Are Legible And Complete.
verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements.
3.19 Discrepancy Reporting -
3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.20.1 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.
3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification
test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 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. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 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 Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 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 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 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 He Material Supplied
conforms To The Specified Requirements.
6.1.7 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.
6.1.8 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.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 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.
6.1.11 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.
6.1.12 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.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 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
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 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.
6.1.17 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.
6.2 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
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date7 Mar 2025
Tender AmountRefer Documents
Kabankalan City Water District Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Lot 1- ₱ 795,950.00 A. Galvanized Iron (gi) Fittings, Brass Gatevalves & Ballvalves 500 Pcs.- Gi Bushing 3/4” X ½” 300 Pcs.- Gi Bushing 1” X ½” 500 Pcs.- Gi Elbow 3/4” X 90 500 Pcs.- Gi Elbow 1 /2”x 90 200 Pcs.- Gi St. Elbow 1” 200 Pcs.- Gi Nipple 1/2” X 12” 500 Pcs.- Gi Nipple 1/2” X 6” 500 Pcs.- Gi Nipple 1/2” X 2” 500 Pcs.- Gi Nut & Bolt 1/2” X 2 ½” 500 Pcs.- Gi Nut & Bolt 5/8 X 2 1/2” 100 Pcs.- Gi Nut & Bolt 5/16 X 2" 300 Pcs.- Gi Tee 1” 500 Pcs.- Gi Tee ½” 500 Pcs.- Brass Ball Valve 1/2” With Lockwing 10 Pcs.- Brass Gate Valve 1” Specification: - Pipes Shall Conform To The Requirements Of The Astm A53/a53m(standard Specification For Pipe, Black And Hot-dipped, Zinc-coated, Welded And Seamless) Or The Latest Revision Or Its Equivalent And Shall Be Schedule 40. - The Pipe Fittings Shall Conform To The Requirements Of Asme/ansi B16.3( Malleable Iron Threaded Fittings Class 150 And 300) Requirements Shall Be Class 150. - The Pipe Shall Be Practically Straight And Both Ends Of The Pipe Shall Be At Right Angle To The Axis Of The Pipe. The Inside And Outside Surfaces Of The Pipe Shall Be Free From Injurious Defects. - The Pipe And Fitting Threads Shall Be Made According To American Standard Pipe Taper Threader 9npt) With Taper Angle Equal To 1⁰ 47´ - Pipes And Fittings Shall Be Coated With Zinc, Both Inside And Outside Surfaces, In Accordance To Astm A153/a153m-05 (standard Specification For Zinc Coating (hot-dip) On Iron And Steel Hardware) - Valve Shall Be Conforming To Standard For Valve Asme B16.34 - Brass Valves Shall Be Full Port- Screwed-in Bonnet And Non-rising Stem - The Valve Body, Bonnet And Solid Wedge Disc Shall Be Brass Conforming To Astm B584 Alloy C84400-1996 Or The Latest Revision Or Its Equivalent. The Minimum Pressure Rating Shall Be 125psi Saturated Steam Pressure And 200 Psi Non-shock , Oil Or Gas. - Valve Shall Be Threaded End Conforming To Asme B1.20.1 (npt) B. Construction Materials 200 Pcs.- Hacksaw Blade Heavy Duty 100 Bags.- Premium Cement 100 Pcs.- Electrical Tape Big 100 Pcs.- Light Bulb 15 Watts 100 Kgs.- Cutting Disc 4" 20 Pcs.- Paint Brush 2" 100 Kgs.- Welding Electrodes E6013, 3mm 50 Kgs.- Deformed Steel Bar 9mm 50 Kgs.- Deformed Steel Bar 10mm 50 Kgs.- Deformed Steel Bar 12mm 50 Kgs.- Angle Bar 1/4 X 1-1 /2” Std 50 Kgs.- Angle Bar 1/4 X 1” Std 50 Kgs.- Angle Bar 1/4 X2” Std C. Ptfe Thread Seal Tape 500 Pcs.- Teflon Tape 3/4 (12mm) 300 Pcs.- Teflon Tape 1/2( 12mm) Specification: - Material: Ptfe (poly Tetra Fluoroethylene) - Width: 12 Mm - Length: 10 Meters - Depth: 0.075 Mm - Density: 0.4g/cm³ - Color: White Tape Product Must Comply To Following Requirements: - Heat-resistance: +370°c - Cold-resistance:-190°c - Tensile Strenght: ≥8mpa - Percentage Elongation: >=25% High Pressure Resistance: 150-200kg/cm² Lot 2- ₱ 1,084,400.00 A. Poly Compression Fittings 300 Pcs.- Plastic Adaptor 1/2" 500 Pcs.- Plastic Union Coupling ½” 100 Pcs.- Plastic Saddle Clamp 2”x ¾ 20 Pcs.- Plastic Saddle Clamp 8” X 2” Specification: - Working Pressure: Pn16 - Standard: Bs5114, As4020 Polyethlylene Pipe Pe80 & Pe100 Iso 4427, Ms1058 Material: - Body: Polypropylene - Nut: Polypropylene - Holder: Polypropylene - Clinching Ring: Acetal - O Ring: Nitrile Butadiene Rubber B. Unplasticized Polyvinyl Chloride (upvc) 100 Pcs.- Upvc Pipe 4x6 Mtrs. (100mm) Specification: - Nominal Outside Diameter, 110 Mm - Diameter Tolerance, 110.40 Mm - Minimum Wall Thickness, 6.3 Mm - Minimum Socket Depth, Not Less Than 114 Mm 100 Pcs.- Upvc Pipe 3x6 Specification: - Nominal Outside Diameter, 90 Mm - Diameter Tolerance, 90.3 Mm - Minimum Wall Thickness, 5.20 Mm - Minimum Socket Depth, Not Less Than 107 Mm Pipe Composition For Item 35 And 36 - In Accordance To Pns 65:1993 For Upvc Pipes For Potable Water Supply - Pvc Resin Should Be Made With 90% K65 Resin By Mass In Accordance To Pns 291:1991 - Normal Working Pressure, 150 Psi - Maximum Working Pressure, 760 Psi - C-value ( Hazen- Williams Flow Factor) Is In Range From 140 To 160 - 15ᵒ Chamfered At Tail End In Accordance To Pns 65:1993 - Socket Type In Accordance To Iso 1452-2 - Temperature Resistance At 170ᵒc - 2024 Year Up To Present Manufactured - Genuine Printing/marking The Pipes Shall Be Clearly Marked With The Following Information Spaced At Intervals Of Not More Than One Meter With The Following Text: - Name Of Product - Nominal Outside Diameter, Mm - Series And/or Nominal Pressure, Mpa - Manufacturer’s Name And/or Recognized Trademark - The Words “made In The Phil.” - The Words “for Potable Water” Jointing/seal - Machine-installed Metal Reinforced Integrated Gasket Seal In Accordance To Iso4633 (epdm Rubber) And Sae1008 (carbon Steel) - Resilient With Chemical Contact Associated In Treatment Of Potable Water C. Hdpe Pipe 300 Meters- Black Pe Tubing 1-1/2” Specification: - Nominal Size: 1-1/2" - Outside Diameter: 50mm - Cutting Length: 60 Meters - P.r. 160 Psi, Sdr 11, 4.55 Mm. Additional Requirement: - Bidders Must Provide Samples For Small Fittings And Brochure For Big Ones. - Fob Kabankalan City Lot 3-₱ 519,650.00 A. Fabricated Fittings 10 Pcs.- Sleeve Type Coupling 2"x 10” 10 Pcs.- Sleeve Type Coupling 3"x 10” 10 Pcs.- Sleeve Type Coupling 4"x 10” 10 Pcs.- Sleeve Type Coupling 6"x 10” 10 Pcs.- Mechanical Flange Adaptor 3" 10 Pcs.- Mechanical Elbow 4"x 90° 10 Pcs.- Mechanical Elbow 6"x 45° 10 Pcs.- Mechanical Elbow 6"x 90° 10 Pcs.- Mechanical Elbow 3"x 90° 50 Pcs.- Mechanical Gasket 2” 5 Pcs.- Mechanical Tee 4”x 4” 20 Pcs.- Flange Follower 4 Holes 10 Pcs.- Mechanical Follower 4 Holes 20 Pcs.- Flange Follower 6 Holes Specification: - Black Iron Materials - Cement-coated (in And Out) - With Neocrene Rubber Gasket - With Gi Bolt And Nuts 1/2" X 2-1/2"(l) - Black Paint Coating Additional Requirements: - Bidders Must Provide Samples For Small Fittings And Brochure For Big Fittings. Fob Kabankalan
Closing Date3 Mar 2025
Tender AmountPHP 2.4 Million (USD 41 K)
Municipality Of Pontevedra, Negros Occidental Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Pontevedra Bids And Awards Committee Invitation To Bid The Municipality Of Pontevedra, Negros Occidental Through Its Bids And Awards Committee (bac), Invites All Prospective Bidders To Apply For Eligibility And Subsequently Bid For The: Name Of Project Imprv’t Of Various Day Care Center Contract Location Had. Merced, Brgy. Dsb Approved Budget For The Contract Php 102,950.00 (bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening) Bid Security In Form Of Bid Securing Declaration (bsd) Or In Any Of The Acceptable Forms, As Stated In Section 27.2 Of The Revised Irr Contract Duration 15 Wd Bid Documents Fee Php. 500.00 The Significant And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents February 12 To 23, 2025 – 8:00 Am To 5:00 Pm February 24, 2025 – 8:00 Am To 2:00 Pm Pre-bid Conference February 12, 2025 @ 2:00 Pm / Mao Deadline Of Submission Of Bids February 24, 2025 @ 2:00 Pm / Mao Opening Of Bids February 24, 2025 @ 2:20 Pm / Mao Procurement Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Prospective Bidders Must Have An Experience Of Having Completed Within A Period Of Three (3) Years From The Date Of Submission And Receipt Of Bids, At Least One (1) Contract That Is Similar To The Contract To Bid, And Whose Value, Adjusted To Current Prices Using The Nso Consumer Price Indices, Must Be At Least 50% Of The Abc To Be Bid. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend W/ Duly Notarized Spa (special Power Of Attorney) And Attached To Omnibus Sworn Statement, At The Address Below. Late Bids Shall Not Be Accepted. The Bids And Awards Committee Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Prospective Bidder Should Have An Office, Service Center And Warehouse Within Negros Occidental. Complete With Pictures Of The Facilities. For Further Information, Please Refer To: Nelia M. Tan Bac Member Engineer’s Office 7371667 Luna S. Lamela Bac Chairman Bill Of Quantities (bid Prices) No. Description Qty Unit 1 Portland Cement, Type 1p 52 Bag 2 Fine Aggregates 5 Cu.m. 3 ¾" Crushed Rocks 4 Cu.m. 4 Filling Materials (dacal-dacal) 4 Cu.m. 5 4" Chb 185 Pc 6 10mmø Def Stl Bar (std.) 38 Lgth 7 4.5mm X 1" X 1" Angle Bar (std.) 5 Lgth 8 #16 Gi Tie Wire 2 Kl 9 0.50mm X 12' Corr Gi Sheet (std.) 8 Sht 10 1¼" X 20' Gi Pipe, S-40 1 Lgth 11 4mm X 4' X 8' X 2" Opening Mesh Gi Welded Wire 5 Roll 12 0.80m X 2.10m Pre-fabricated Wooden Flush Door W/ 2" X 4" Door Jamb, Door Knob And 3 Pcs - 4" Lp Hinges 1 Unit 13 5mm X 0.90m X 2.40m Gi Plain Sheet 2 Sht 14 1½" Tex Screw 180 Pc 15 1.2mm X 2" X 4" Gi C Purlins 5 Lgth 16 1.2mm X 2" X 3" Gi C Purlins 13 Lgth 17 6013 Wipwled Welding Rod 6 Kl 18 4" Cutting Disc - Steel 8 Pc 19 6mm X 4' X 8' Ordinary Plywood 4 Pc 20 Zinc Chromate - Gray 2 Gal 21 Paint Thinner 1 Bot 22 Paint Tray 2 Pc 23 3" Paint Brush 2 Pc 24 4" Baby Roller 2 Pc 25 1" Cw Nails 2 Kl 26 2" X 2" X 8' Good Lumber (std.) 8 Pc 27 1" X 2" X 8' Good Lumber (std.) 6 Pc 28 Ball Bearing Hinges 3 Pairs 29 0.80m X 2.10m Panel Door W/ 2" X 6" Door Jamb And 4" X 4" Pin Hinges 2 Unit 30 0.45mm X 3' X 8' Corr Gi Sheet 6 Sht
Closing Soon24 Feb 2025
Tender AmountPHP 102.9 K (USD 1.7 K)
1221-1230 of 1786 active Tenders