Fabrication Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date27 Dec 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd| n00104|tbd|certifications - N39040; Material -s4306a |n50286|tbd|133.2|na|na|certifications-n39040|na|na|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery ||||| warranty Of Data--basic (mar 2014)|2||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| annual Representations And Certifications (mar 2023)|13|333612|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Quantity Changed To 50 Each. lead Time Changed To 400 Days. closing Date Extended. \ 1. This Solicitation Is Being Issued Under Emergency Acquisition Flexibilities. 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 4. If Drawings Are Included In The Solicitation, Access Must Be Requested On The Individual Solicitation Page On Contract Opportunities Via The Government's Sam.gov Website. 5. Unless Otherwise Stated On The Dd 1423, Submission Of All Dd Form 1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To The Material (line Item 0001aa) Delivery Date. Pnsy Review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of cdrls. Final Delivery Of Material Will Be On Or Before Xxx Days After The Effective Date Of The Contract. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=8211691 |53711| B| |d|0001 | B|49998|0084003 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-b148 | | | |181001|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|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-b-24480 | | |a |850620|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| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;coupling Ring To Be In Accordance With Naval Ship System Command Drawing 8211691, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;coupling Ring; material - ;mil-b-24480, Uns C95800 With Mechanical Properties In Accordance With Note 6.b And The Applicable Requirements Of Astm-b148; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - ;dye Penetrant Inspection; item - ;coupling Ring; performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 3.4 Radiography Is Required On ;coupling Ring; . 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.6 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.7 ;no Weld Repair Allowed.; 3.8 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. 3.9 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. 3.9.1 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. 3.9.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.9.3 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. 3.10 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. 3.11 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.11.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.12 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. 3.13 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable. 3.13.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal. 3.13.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.) 3.13.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection. (a) Film (b) Rss/rsss (c) Rs (reader Sheets) (d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet) 3.14 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-4 3.14.1 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. 3.14.2 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. 3.14.3 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. 3.14.4 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. 3.14.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.15 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. 3.15.1 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. 3.15.2 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. 3.16 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.16.1 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. 3.16.2 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. 3.16.3 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. 3.16.4 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. 3.16.5 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. 3.17 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: 3.17.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.17.2 Inspection For Completeness And Proper Type. 3.17.3 Verification Of Material Quality Received. 3.17.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.17.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.17.6 Identification And Protection From Improper Use Or Disposition. 3.17.7 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. 3.17.8 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. 3.17.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.18 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. 3.18.1 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 This Contract/purchase Order. 3.19 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. 3.19.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.19.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.19.3 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.20 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: 3.20.1 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. 3.20.2 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.) 3.20.3 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. 3.20.4 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. 3.20.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.21 Material Handling - The Written Material Control Process Must Include The Following: 3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.21.3 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. 3.21.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.21.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.21.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.22 Receiving Inspection - 3.22.1 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. 3.22.2 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. 3.23 Discrepancy Reporting - 3.23.1 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 Quality Assurance Representative (qar). 3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.24.1 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. 3.24.2 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. 3.24.3 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. 3.24.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Aug 26 2008 - Production Radiography To Be Approved Prior To Shipment - Jan 12 2011 - Clarified The Rt Marking Requirement - 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 - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 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. 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. blocks 12 And 14 - Within 135 Days After Approval Of Radiographic Shooting Sketches, Forward One Copy For Review To: commander, Portsmouth Naval Shipyard attn: Code 135.3 portsmouth, Nh 03804-5000 a Receiving Report Must Be Entered Into Wawf And Should Reference The Date Of Shipment And The Shipment Tracking Number. enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil the Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt. 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. blocks 12 And 14 - Within 45 Days After Contract Award Prior To Performing Radiography, Radiographic Shooting Sketches Must Be Submitted To Portsmouth Naval Shipyard Via Wawf (wide Area Work Flow) For Review. If The Rss Was Previously Approved By Pns, The Rss can Be Submitted With The Rt Film. enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil the Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt.

The Tunisian Civil Aviation And Airports Authority OACA Tender

Tunisia
Closing DateNA
Tender AmountRefer Documents 
Occupation of a Space in the Customs Zone of Tunis Carthage International Airport for the sale of traditional Tunisian artisanal beauty, well-being and natural body care products[more]

DEPT OF THE ARMY USA Tender

United States
Closing Date26 Apr 2028
Tender AmountRefer Documents 
Description: This Synopsis Is For Informational Purposes Only. This Is Not A Request For Quote And No Solicitation Exists. The Mission & Installation Contracting Command (micc), Fort Drum, Ny Is Seeking Multiple Businesses Willing To Enter Into A Blanket Purchase Agreement (bpa) For Fencing Services Under North American Industry Classification System Code (naics) 238990: All Other Specialty Trade Contractors. The Small Business Size Standard For This Industry Is $19 Million In Average Annual Revenue. The Active Date For This Mbpa Will Be April 27, 2024- April 26, 2029. services Would Include But Is Not Limited To The Following: The Contractor Shall Provide All Labor, Material, Equipment, And Resources Necessary To Repair/replace All Types Of Fencing, Gates, Operators, Associated Components And Hardware. Material Fabrication And Installation Shall Be In Accordance With Astm Specifications And Tolerances. Work Will Be Performed In Accordance With The Performance Work Statement And Subject To The Terms And Conditions Of The Contract. the Contractor Must Be Able To Submit Invoices In Wide Area Workflow (wawf). To Register And Access Wawf, Go To Https://piee.eb.mil/. Bpas Will Be Evaluated Annually And May Remain In Place For Up To Five Years. When Establishing These Bpas The Government Will Consider: Price; Socio‐economic Status; Past Performance, Where Past Performance Information Exists; And Technical Capabilities. iaw Far 52.204‐7 Interested Parties Must Be Registered With The System For Award Management Registration (sam) Under Nacis Code 238990. The Registrations Can Be Done Through System For Award Management (sam) For Free At Https://sam.gov/content/home. The Contractor Will Not Receive A Bpa Until These Registrations Are Completed. any Interested Party Should Submit Their Ueid, Cage Code And Capabilities Statement Via Email To Kayla.m.rogers14.civ@army.mil And Jeffery.l.frans.civ@army.mil Any Correspondence Relating To This Synopsis Should Have "fencing Services Master Bpa" Annotated In The Subject Field.

Ministry Of Citizens' Services Tender

Canada
Closing Date31 Jan 2029
Tender AmountRefer Documents 
Description: Bridge Fabrication And Materials - Multi-use List Request For Qualifications - Goods (mulrfq)

Ministry Of Forests Tender

Canada
Closing Date31 Jan 2029
Tender AmountRefer Documents 
Description: Bridge Fabrication And Materials - Multi-use List Request For…

Department Of Transportation Tender

Publishing and Printing
Corrigendum : Closing Date Modified
United States
Closing Date31 Jul 2026
Tender AmountRefer Documents 
Description: Sign Manufacturing, Fabricating, Installation Materials, Supplies & Accessories

Municipal Corporation Of Greater Mumbai - MCGM Tender

Machinery and Tools
India
Closing DateNA
Tender AmountRefer Documents 
Details: Fabrication, Supply And Installation Of Grills For Manholes In Pipe And Main Sewer City Area (total Quantity - 256 Jobs) (e-tender No. 7200061509)

Department Of Transportation Tender

Machinery and Tools...+1Furnitures and Fixtures
United States
Closing Date31 Jul 2026
Tender AmountRefer Documents 
Description: Descriptionsign Manufacturing, Fabricating, Installation Materials, Supplies & Accessories

ESKOM Department Tender

Others
South Africa
Closing Date14 Mar 2034
Tender AmountRefer Documents 
Description: Palmiet U1 Generator Transformer Fire Protection Replacement E/bs3842-ldr Invloves The Decommissioning, Removal, Safe Storage Of The Existing Deluge System Design, As Well As The Design, Supply, Fabrication, Transportation, Installation, Integration, Testing And Commissioning Of The Complete, New Fully Functional Wet Piloted High Velocity (deluge) Fixed Water Spray Fire Protection System For The Unit 1 Generator Transformer At Palmiet Pumped Storage Scheme .

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date1 Oct 2025
Tender AmountRefer Documents 
Details: Amendment 1 - 8/15/2024 the Above Amendment Changes/updates The Following Items: extenddate Offers Due attach Updated Neutron Star Industry User Guide V2 Dated 14aug24 With Specific Instruction Pertaining To Topic 5 Submissions address Announcement Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: Fromprimary: Ms. Ashley Patterson, Afrl/rvkb Tomr. Ever Orozco-perea, Afrl/rvkb Alternate: Mr. Isaac Thorp, Afrl/rvkband Ms. Regina Alflen, Afrl/rvkb ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- naics Code: The Naics Code For This Acquisition Is 541715 For Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology). federal Agency Name: Air Force Research Laboratory ara Title: Neutron Strategic Technology Advanced Research (neutron Star) Advanced Research Announcement (ara) ara Type: This Is An Open Ara; Initial Announcement submission Dates Are Indefiinite Until Further Notice program Summary: this Is An Open Ara Announcement Pursuant To The Authority Of 10 U.s.c. §4023procurement For Experimental Purposes. Afrl Is Interested In Receiving White Papers Regarding Nuclear-related Research And Development, Including, But Not Limited To Modeling And Simulation Of Re-entry Environments, Materials Characterization, Nuclear Explosion Monitoring, And Design, Fabrication And Experimentation Of Nuclear Delivery. Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged. this Solicitation Intends To Use The Acquisition Authority Provided By 10 U.s.c. §4023. This Authority Applies To The Acquisition Of Items Related To “…ordnance, Signal, Chemical Activity, Transportation, Energy, Medical, Spaceflight, And Aeronautical Supplies, Including Parts And Accessories, And Designs Thereof, That Are Necessary For Experimental Or Test Purposes In The Development Of The Best Supplies That Are Needed For The National Defense.” Consequently, White Papers And Proposals Should Address How The Proposed Effort Provides Benefits To The National Defense Relative To The Parameters Of This Authority, And A Strategy For Verifying Those Intended Benefits. *please See The Attached Neutron Star Industry User Guide For Guidance On Definitions, Processes, Submission Requirements And Evaluation Criteria.* background: afrl’s Geo Space Division (rvbn) Positions Afrl To Steward, Develop, And Deliver Leading Technologies To The Warfighter And The Nuclear Enterprise To Ensure The National Defense. thus, Proposed Solutions Should Be Innovative And Substantially Improve National Defense Capabilities Across The Domains Of National Nuclear Deterrence Operations. While The Government Describes Discrete Topic Areas Below, It Also Anticipates That Certain Comprehensive Technology Solutions And Prototypes May Require Multidiscipline Approaches That Address Two Or More Topic Areas. The Topic Areas Covered Under This Announcement May Be Used In Any Combination. The Government Reserves The Right To Add, Delete Or Modify The Topic Areas As Necessary. industry-government Communication: Dialogue Between Prospective Offerors And Government Representatives Is Strongly Encouraged Throughout The Life Of This Ara. However, Communication Shall Be Limited To The Contracting/agreement Officer Once Full Proposals Are Submitted For Evaluation/review. Discussions Should Focus On Understanding Government Objectives And Requirements, Feasibility Of Prospective Offeror Approach, And Prospective Offeror Prior Similar Efforts. discussions Shall Not Constitute A Commitment By The Government To Subsequently Fund Or Award Any Proposed Effort. No Guidance Related To Technical Approach Will Be Given. Offerors Are Advised That Only Contracting Or Agreement Officers Are Legally Authorized To Contractually Bind Or Otherwise Commit The Government. announcement Details: this Is A Hybrid Announcement. This Announcement Includes An Open Request For White Papers As Described Below. Additionally, Individual Solicitations For White Papers (two-step Solicitation) And/or Proposals (one-step Solicitation) Related To Discrete Requirements May Be Issued. Afrl Reserves The Right To Collapse A White Paper (two-step Solicitation) Into A One-step If The Situation Warrants And The White Paper Contains Sufficient Technical Detail To Do Full Technical Proposal Evaluation Instead Of White Paper Evaluation. open Announcement Request: Afrl/rvbn Is Soliciting White Papers On The Research Effort Described In The Below Topic Areas Pursuant To The Authority Of 10 U.s.c. §4023, Procurement For Experimental Purposes. White Papers Submitted Pursuant To The Open Announcement Request Follow The Two-step Procedures Described Below. White Papers Submitted Under The Open Announcement Request May Be Retained For 12 Months. open Announcement Submission: Unclassified White Papers Must Be Submitted To The Neutron Star Org Box At Afrl.rvkb.afrlneutronstardms@us.af.mil. Do Not Deliver Any Classified Portion Of The White Paper To This Address. If It Is Determined That A Classified White Paper Is Required, Please Contact The Neutron Star Org Mailbox For Specific Delivery Instructions. additional Instructions For White Paper Submissions Can Be Found In The Neutron Star Industry User Guide Attached To This Announcement. individual Solicitation Request: Individual Solicitations, Except For Limited Solicitations, For White Papers And Proposals Will Be Issued Under This Announcement Via The Government Point Of Entry (gpe) At Https://sam.gov. Notification Of Individual Solicitations May Be Announced On Other Platforms (i.e. Www.grants.gov) And Will Direct Offerors To The Gpe For Full Solicitation Details. individual Solicitation Submissions: Submission Requirements For Individual Solicitations Will Be Specified In The Solicitation Details Of Each Individual Solicitation. individual Solicitation Variations: Variations Of The Ara Individual Solicitation Process Are Available For Use. The Following Types Are Commonly Used But Are Not Considered All Inclusive. one-step: The One-step Process Is Used To Request Full Technical And Cost Proposals From Each Offeror. The Proposals Are Reviewed In Accordance With The Solicitation Criteria And Typically All, Part, Or None Of A Proposal May Be Selected For Award. two-step: The Two-step Process Is Used To Request White Papers And Rough Order Of Magnitude (rom) Costs. The Individual Solicitation Must State Whether An Unfavorable White Paper Review Will Bar The Offeror From Further Consideration. The Government May Retain Unselected White Papers For A Specific Period, Which Will Be Identified In The Individual Solicitation. White Papers Submitted Under The Open Announcement Request May Be Retained For 12 Months. Full Proposals Are Requested From Those Offerors Selected In The White Paper Review Process. After Proposals Are Received, They Are Processed And Reviewed In Accordance With The One-step Process. limited Individual Solicitations: This Approach Allows For Solicitation To A Limited Group Of Potential Offerors. Request For Proposals (rfp) Or Requests For White Papers Will Be Issued Directly To Potential Offerors Without A Requirement To Publish To The Gpe. the Government May Issue Solicitations That Combine One Or More Of The Above Approaches. announcement Modifications: Due To The Dynamically Evolving Nature Of Us Nuclear Deterrent Mission And Warfighter Needs, This Announcement Is Subject To Updates, Revisions, Or Additional Topic Areas. Therefore, Offerors Are Highly Encouraged To Continually Monitor Https://sam.gov To Ensure They Receive The Latest Guidance For This Announcement. The Government Shall Provide Updates To This Announcement No Less Than Annually. Updates May Include Changes To Topic Areas, Submission Requirements, Administrative Changes, Evaluation Criteria, Solicitation Methods, Etc. (not An Inclusive List). type Of Contract/instrument: The Government Reserves The Right To Award The Instrument Best Suited To The Nature Of The Research Proposed. Accordingly, The Government May Award Any Appropriate Contract, Agreement Or Assistance Instrument Type Under The Authorities Below: federal Acquisition Regulation (far) 10 U.s.c. §4021 "other Transaction For Research” 10 U.s.c. §4022 "other Transaction For Prototype" 10 U.s.c. §4023 "procurement For Experimental Purposes" 15 U.s.c §3710a – Cooperative Research And Developments Agreements 15 U.s.c §3715 – Partnership Intermediaries 32 C.f.r. §22.215 – Grants And Cooperative Agreements the Government Anticipates That A Mix Of Contract/ Instrument Types Will Be Used Throughout The Life Of This Announcement. Generally, Awards Under This Announcement Or Any Individual Solicitations May Be Cost-plus-fixed Fee (completion And Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, And Incentive. note: If A Federal Acquisition Regulation (far) Type Contract Is Recommended As The Award Type Authority, Then The Far Clauses Will Be Referenced At The Individual Solicitation Level Or Within The Request For Proposal. The Far And Far Supplement Provisions And Clauses Will Be Incorporated By Reference. The Full Text Of These Provisions And Clauses Can Be Found At Https://www.acquisition.gov. if An Assistance Instrument (grants Or Cooperative Agreements) Is Recommended As The Award Type, Then Articles And Guidance Found Under Dodgars, 200 Cfr, Omb/dod Policy Shall Be Used And Followed As Appropriate. if An Other Transaction (ot) Is Recommended As The Award Type, Then The Far References And Clauses Will Not Apply. The Terms And Conditions Of An Ot Agreement Shall Be Developed And Negotiated On A Case-by-case Basis. estimated Program Cost: The Overarching Announcement Has An Unrestricted Ceiling. However, Individual Solicitations May Elect To Provide An Estimated Program Value Or Funding Profile For Planning Purposes. anticipated Number Of Awards: The Air Force Anticipates Awarding Multiple Awards For This Announcement. However, The Air Force Reserves The Right To Award Zero, One, Or More Grants, Agreements, Other Transactions, Or Contracts For All, Some Or None Of The Solicited Effort Based On The Offeror’s Ability To Perform Desired Work And Funding Availability. There Is No Limit On The Number Of Awards That May Be Made To An Individual Offeror. award Schedule: The Anticipated Period Of Performance Will Be Determined Through Dialogue Between Prospective Offerors And Government Representatives For Each Topic Area And Specified In Each Individual Award. Individual Solicitations May Elect To Provide A Desired Technical Execution Schedule For Planning Purposes. deliverables: Hardware And Software Deliverables Will Be Specified Within A Separately Priced Contract/award Line Items And Data Deliverables Will Be Specified On Individual Contract Data Requirements List(s) (cdrls) In Any Resultant Contract Or An Ot Article. within Scope Award Modifications: Offerors Are Advised That Due To The Inherent Uncertainty Of Research And Development Efforts, Awards Resulting From This Announcement May Be Modified During Performance To Make Within Scope Changes, To Include But Not Limited To, Modifications Which Increase Overall Contract/award Ceiling Amount. system For Award Management (sam) Registration: Before The Government Can Issue An Award, An Offeror Must Be Registered In The System For Award Management (sam). If An Offeror Was Previously Registered In Central Contractor Registration (ccr), The Information Has Been Transferred To Sam. However, It Is In The Offeror’s Interest To Visit Sam And Ensure That All Their Data Is Up To Date From Sam And Other Databases To Avoid Delay In Award. Sam Replaced Ccr, Online Representations And Certifications Application (orca), And The Excluded Parties List System (epls). Sam Allows Firms Interested In Conducting Business With The Federal Government To Provide Basic Information On Business Capabilities And Financial Information. To Register, Visit Https://www.sam.gov. science & Technology (s&t) Program Protection: Offerors That Are Submitting Proposal Responses Only (not Required For Submission Of White Papers) Shall Submit As A Part Of The Proposal Submission 1.) A Completed Standard Form (sf) 424, Research And Related Senior/key Person Profile (expanded) Form For All Senior/key Personnel Proposed; And 2.) A Completed Security Program Questionnaire. Offerors May Be Asked To Provide A Mitigation Plan For Any Identified S&t Protection Risks. The Government Reserves The Right To Determine If An Offer Is Unawardable On The Grounds Of Unacceptable S&t Protection Risk Based On Its Review Of The Sf 424 And Security Program Questionnaire. by Submitting A Proposal, The Offeror Certifies That It Is In Compliance With Section 223(a) Of The William M. (mac) Thornberry National Defense Authorization Act For Fiscal Year 2021 Which Requires That: (a) The Principal Investigator (pi) And Other Key Personnel Certify That The Current And Pending Support Provided On The Proposal Is Current, Accurate And Complete; (b) Agree To Update Such Disclosure At The Request Of The Agency Prior To The Award Of Support And At Any Subsequent Time The Agency Determines Appropriate During The Term Of The Award; (c) The Pi And Other Key Personnel Have Been Made Aware Of The Requirements Under Section 223(a)(1) Of This Act; And (d) Certification Includes The Following Statement: “i Am Aware That Any False, Fictitious, Or Fraudulent Statements Or Claims May Subject Me To Criminal, Civil, Or Administrative Penalties. (u.s. Code, Title 218, Section 1001)”. announcement Period: The Overarching Announcement Has No End Date And Is In Effect Until Further Closed Or Rescinded. open Announcement Points Of Contact: address Technical Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: primary: Maj Montgomery, Afrl/rvbn alternate: Harper Baird, Afrl/rvbn address Announcement Questions To The Neutron Star Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) Attention Of: primary: Ms. Ashley Patterson, Afrl/rvkb alternate: Mr. Isaac Thorp, Afrl/rvkb note: Individual Solicitation Points Of Contact Will Be Specified Within The Solicitation. topic Areas And Topic Descriptions note: All Topics Are Controlled By Security Access Requirements. 1. Nuclear System Development develop Foundational Capabilities, Requirements, Strategies, And Identify Candidate Technologies For Enhanced Nuclear Surety. 2. Nuclear Systems Integration integration Nuclear And Non-nuclear Components Of Future U.s. Nuclear Experiment Units For Development And Delivery To Various U.s. Integration And Test Organizations. 3. Nuclear System Flight Experimentation And Evaluation development And Delivery Of Nuclear Systems To Various U.s. Test Organizations. 4. Nuclear Explosion Monitoring improve Capabilities To Detect, Locate, Discriminate And Characterize The Depths, Yields And Other Emplacement Conditions Of Nuclear Explosions. 5. Nuclear Command, Control, And Communication enable Uninterrupted Delivery Of Strategic And Critical Conventional Data Within Contested And Nuclear Environments, Via Innovative New Technologies And Architectures. support Contractors: The Afrl Space Vehicles (rv) Directorate Have Contracted For Various Business And Staff Support Services From The Following Companies. aero Thermo Technology, 620 Discovery Drive Building I, Suite 110, Huntsville, Alabama 35806 fury Solutions Llc, 1617 Ashmont Ct, Xenia, Oh 45385-7060 apogee Engineering Llc, 8610 Explorer Drive Suite 305, Colorado Springs, Co 80920-1036 afrl Space Vehicles (rv) Directorate Require These Contractors To Obtain Administrative Access To Proprietary Information Submitted By Other Contractors. Administrative Access Is Defined As "handling Or Having Physical Control Over Information For The Sole Purpose Of Accomplishing The Administrative Functions Specified In The Administrative Support Contract, Which Do Not Require Technical Professionals Assigned To Accomplish The Specified Administrative Tasks." these Contractors Have Signed General Non-disclosure Agreements And Organizational Conflict Of Interest Statements. The Required Administrative Access Will Be Granted To Non-technical Professionals. Examples Of The Administrative Tasks Performed Include: a) Assembling And Organizing Information For R&d Case Files; b) Accessing Library Files For Use By Government Personnel; c) Handling And Administration Of Proposals, Contracts, Contract Funding And Queries; And d) Administering The Tool That Will Be Used For Conducting White Paper And Proposal Evaluations. These Various Business And Staff Support Service Contractors Are Prohibited From Responding To This Announcement. offerors Shall Either Complete Paragraph (*) Below Or Provide Written Objection To Administrative Access. Any Objection To Administrative Access: a) Shall Be Provided In Writing To The Contracting Officer Within 10 Days Of Rfp (or Prda, Baa, Etc., As Appropriate) Issuance; And b)shall Include A Detailed Statement Of The Basis For The Objection. *i Consent To Administrative Access, As Defined Above, By Rd And Rv Business And Staff Support Services Contractors To Any Proprietary Information Submitted Under This Solicitation Or Delivered Under Any Resulting Contract.
1261-1270 of 1289 active Tenders