Fabrication Tenders

Fabrication Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: 556-23-101 Renovate B134-2c Clc july 22, 2024 construction Statement Of Work date: July 22, 2024 project Number: 556-23-101 project Name: Renovate B134-2c Clc location: B134 C-wing 2nd Floor Clc captain James A. Lovell Fhcc 3001 Green Bay Rd, north Chicago, Il 60064 part 1: Project Scope Of Work Overview: contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. part 2: Period Of Performance: the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes: durations Shown Are In Calendar Days. actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements: project Objectives: this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. list Of Ae Documents To Be Included In This Contract: see: 00 01 10 Table Of Contents And The Entire Project Manual see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings pre-bid Conference: va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. project Scheduling And Mobilization On Site: the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. performance Of The Work: erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. perform Selective Demolition And Construction As Described In The Specifications And Drawings. special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. restore All Finishes Damaged During The Work Match Existing. thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. part 4: Meetings, Submittals, And Deliverables: kick-off Meeting And Documentation the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. kick-off Meeting Documentation: prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area. preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. public Safety Compliance Requirements: the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. construction Progress Meetings: the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance. include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. daily Reports: the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. no Photography On Va Premises Is Allowed Without Written Permission Of The Cor. in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. acceptance And Closeout: acceptance Criteria For The Work: schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. provide Factory Startup And Certification Of All Systems. demonstrate The Operation Of The System. newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To: as-built Record Drawings Of The Installed Condition As Cad And Pdf Files. approved Shop Drawings. operations And Maintenance Manuals. spare Parts Lists. all Photographs. all Daily Reports. all Communications. all Pay Applications. all Communication, Change, And Cost Data. all Safety Records. a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. lien Waivers And Other Documents Required By The Contracting Officer. part 5: Applicable Performance Standards all Work Shall Comply With all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa. ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. safety: prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 safety Requirements. the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations. fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 infection Control Requirements. review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. part 6: Site-specific Requirements project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. all Building Systems Shall Be Maintained In Full Operation At All Times: request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. deliveries, Parking, Elevators: deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. no Music Radios Within Work Areas. no Noise Generated Within The Work Area Can Be Allowed To Leave It. the Use Of Powder-actuated Fasteners Is Forbidden. performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. compatible System Procurements Shall Include The Following: locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman patient Lift Systems And Components: Guldmann

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date8 Mar 2025
Tender AmountRefer Documents 
Details: Update: This Notice Has Been Updated To Extend The Response Date To March 7th, 2025 nasa Ames Research Center (arc) Is Hereby Soliciting Information From Potential Sources For Manufacturing Process Development Of High-rate Composites For Aerospace Applications. description the National Aeronautics And Space Administration (nasa) Ames Research Center (arc), On Behalf Of The Engineering Directorate And Aeronautics Directorate, Is Hereby Soliciting Information From Potential Sources Regarding High-rate Thermoplastic Manufacturing Technologies And Process Development. Nasa Is Interested In Engaging With Government, Industry, And Academia For Collaborations To Develop Thermoset And Thermoplastic Manufacturing Processes Tailored, But Not Limited, To Aerospace Applications With The Ames High-rate Composite Manufacturing Facility (ahrcm). The Ahrcm Supports The Research And Development Of Aerospace Materials Processes (particularly For Thermoplastic Composites), Modeling, And Large Structures With The Goal Of Mitigating Labor-in-the-loop Manufacturing Bottlenecks By Increasing Volumetric Fabrication Throughput Of Composites And Reducing Inertial Assembly Errors As A Virtue Of Robotic Automation. this Request For Information (rfi) Serves To Solicit Organizations That Have Demonstrated Heritage Referencing Composite Materials For Aerospace Applications, Particularly Those Pertaining To Aeronautics, Spacecraft, Intelligent Structures, Automotive, And Other High-rate Thermoset & Thermoplastic Manufacturing Applications. background the Emerging Advanced Air Mobility (aam) Industry Must Rely Heavily On Advanced Composite Materials To Build Vehicles That Will Meet The Performance And Safety Requirements Needed To Achieve Commercial Success. These Electrically Powered Vertical Takeoff And Landing (evtol) Vehicles Must Make Extensive Use Of Light-weight Carbon Fiber Composite Structures And Components To Maximize Vehicle Range And Payload Achievable With The Energy Storage Density Of Foreseeable Battery Technology. Using Conventional Metallic Materials For This Application Is Not An Option Because: · Metallic Structures Are Heavy, Reducing The Achievable Vehicle Payloads And Ranges To Impractical Levels. · Traditional Aircraft Production Rates, Utilizing The Current State-of-the-art In Materials And Production Methods Approach 1,000 Aircraft Per Year. To Be Economically Feasible, Aam Aircraft Production Rates Must Reach 5,000 Or More Aircraft Per Year. significant Reductions In Composite Manufacturing Costs, Large Improvements In Manufacturing Consistency And Rates Of Production, Will Be Required To Meet Vehicle Cost Goals And Allow Mass-produced Components To Be Certified By The Faa. The Automotive Industry Has Begun To Develop High-rate Manufacturing Processes For Automobiles That Achieve Significant Reductions In Manufacturing Cost, But These Methods Have Not Yet Been Applied To The Manufacture Of Aerospace Components That Require Very High Levels Of Quality Assurance. ames Research Center Developed Ahrcm In 2021 As A Composite Manufacturing Facility That Specializes In The Rapid Processing Of Thermoset Carbon Fiber Reinforced Polymers (cfrp). The Facility Was Created To Reduce The Time-to-part For Aerospace Components, Using Industry-standard High-pressure Resin Transfer Molding (hp-rtm) And Thermoset Cfrp Thermoforming, Also Referred To As Prepreg “stamp-forming” Or “drape-molding.” located In The High Bay Of A Historic Aviation Hangar, Thermoforming Is Accommodated By Two Independent Automated Manufacturing Lines: Preforming And Final Thermoforming. The Preforming Stage Currently Contains A 6-dof Abb Robotics Charge Loading Manipulator, A Conductive And Infrared Heating Platen, 20 Pneumatic Grippers Mounted On A Shuttling System, A 300-ton Press, And A 6-dof Abb Unloading Manipulator. This Capability Was Designed For Thermoset Cfrp Preforming, And As Such Can Subject A ~1-foot By 4-foot Cfrp Prepreg 7-ply Charge Through ~350c In The Preforming Platen And ~250c In A Preforming Drape Mold With Up To 300 Tons Of Force. The Final Thermoforming Line Contains A 6-dof Abb Charge Loading Manipulator, A 3,600-ton Press, A Heating System That Can Heat Molds With ~250c Via Thermal Fluid, A 6-dof Abb Unloading Manipulator And An Hp-rtm Capability Which Can Be Integrated For Compatibility With Non-prepreg Composites. ames Is Particularly Interested In Collaborating To Develop Advanced Composite Modeling And Thermoplastic Composite Manufacturing Processes By Retrofitting Ahrcm’s Current Thermoforming Lines. Thermoplastic Cfrp Requires Elevated Temperatures At ~300c - 385c, Varying With Respect To The Specific Fiber And Resin Matrix Utilized. Initial Feasibility Studies And Empirical Testing Demonstrate That Ahrcm May Be Retrofit For Compatibility With Thermoplastic Cfrp, While Maintaining The Current High-rate Automated Configuration. additional Information Regarding The Facility May Be Referenced At: https://www.nasa.gov/ahrcm/ requested Information -descriptions Of Composite Manufacturing Techniques Utilized, With Applications Demonstrating Developed Technical Heritage By The Interested Party. Of Particular Interest Are High-rate, Large-scale Manufacturing Processes For Thermoplastic And Thermoset Materials In Aerospace Applications. -non-metallic Materials Testing Conducted By The Interested Party, Including Details Referencing Developed Mechanical Properties, Material Properties, And Non-destructive Evaluation Techniques. -demonstrated Expertise Of Process Development For Non-metallic Materials. Specific Capabilities Of Interest Are Line Modeling, In-situ Process Control, And Process Qualification. -applications Of Interest For Applying High-rate Thermoplastic And Thermoset Composite Manufacturing Processes. the National Aeronautics And Space Administration (nasa) Arcis Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals Formanufacturing Process Development Of High-rate Composites For Aerospace Applications. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. vendors Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Submit Appropriate Documentation, Literature, Brochures, And References. all Responses Shall Be Submitted Electronically Via Email To Alex Mazhari At N210@nasa.onmicrosoft.com And A.mazhari@nasa.gov No Later Than March 7th, 2025 At 22:00 Pst. Please Reference Ahrcm Rfi In Any Response. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n744.4|cfa|email Only|james.e.lewis5@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|| inspection And Acceptance - Short Version|8||||||||| desired And Required Time Of Delivery (june 1997)|29|0001|217|365 Days||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|receiving Report And Invoice Combo|na|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--contractor Testing (sep 1989)|10|1|0001|30|tbd|james Lewis - James.e.lewis5@navy.mil|tbd|0001|tbd||| limitations On Pass-through Charges (jun 2020)|1|| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|334511|1350|||||||||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7|||||||| type Of Contract (apr 1984)|1|ffp| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Following Clauses Are Hereby Removed: wsstermlz10 wsstermmz01 52.247-47 252.215-7008 52.219-13 52.219-6 the Following Clauses Are Hereby Added: 52.247-50 small Business Set Aside Updated To Not Set Aside To A Small Business. updated Fill-ins For Clause 52.209-3 (see Below) due Date Extended To 28 Feb 2025. \ 1. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposalconstitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 3. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 4. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas).provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 5. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 6. This Solicitation Requires First Article Testing (fat). See Far 52.209-3 First Article Approval - Contractor Testing For More Details. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Guidance Cable Asse . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 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 Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.3 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;dd254 Is Required Iaw 6935198 Para 3.2.1.2 Navsea Drawing 5759651.; drawing Data=2505827 |10001| K|fn |d|0001 | K|49998|0069956 drawing Data=5205453 |53711| P| |d|0001 | P|49998|0016807 drawing Data=5727490 |53711| Y|fn |d|0001 | Y|49998|0345813 drawing Data=5893799 |53711| E|fn |d|0001 | E|49998|0260362 drawing Data=5894122 |53711| C|fn |d|0001 | C|49998|0264830 drawing Data=6370406 |53711| F|fn |d|0001 | F|49998|0105125 drawing Data=6657093 |53711| A|fn |d|0001 | A|49998|0071141 drawing Data=6935198 |53711| C|doc|d|0001 | C|49998|1039605 drawing Data=7052639 |53711| J|fn |d|0001 | J|49998|0125199 drawing Data=7052720 |53711| G|fn |d|0001 | G|49998|0227151 drawing Data=7052721 |53711| E|fn |d|0001 | E|49998|0265449 drawing Data=7052721 |53711| D|pl |d|0001 | D|49998|0009074 drawing Data=7053298 |53711| C|fn |d|0001 | C|49998|0077683 drawing Data=7053299 |53711| C|fn |d|0001 | C|49998|0077695 drawing Data=7053300 |53711| C|fn |d|0001 | C|49998|0076948 drawing Data=7053321 |53711| B|fn |d|0001 | B|49998|0108937 drawing Data=7561442 |53711| B| |d|0001 | B|49998|0081451 drawing Data=757994 |10001| N|fn |d|0001 | N|49998|0058376 drawing Data=758023 |10001| H|fn |d|0001 | H|49998|0140618 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Guidance Cable Asse Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;7052721; cage ;53711 0f1x1 63127; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.5 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 3.6 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required. 3.7 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required. 3.8 ;cage 0f1x1 Is Waived From Fa Since They Have Produced Dwg 7052721 With In The Last 5 Years. There Are No Significant Change To Fa Requirements.; 3.9 Serialization - The Supplier Shall Mark A Serial Number On Each Guidance Cable Asse In Accordance With ;iaw 7052721 Rev "e" Note 14.; . Actual Serial Numbers Will Be Assigned ;apply A Government Serial Number To Each Unitmanufactured. Serial Number Shall Be Obtainedfrom Commander, Naval Undersea Warfare Centerdivision Newport, Newport, Ri 02841-1708.nuwc_npt_serialnumbers@navy.mil.; . ;quality Assurance Provisions (qaps) i.articles To Be Furnished Hereunder Must Be Manufactured, Tested And Inspectedin Accordance With Drawing Numbers Listed Below And All Details And Specifications Referenced Therein. this Qap Applies To The Following Cable: 53711-7052721- Cable Assembly, 5w5 (1355-01-481-8700) the 5w5 Umbilical/torpedo Interface Cable Assembly (53711-7052721) Is An Assembly Of Multiconductor Cable With Attached Connectors And Appropriate Protective Jacketing Within The Cable Housing (53711-7052720). Key Supporting Documents 53711-6935198 - Torpedo Mk 48 Adcap Modifications Critical Item Performance Specification 5w5 Cable Assembly, 20 May 2003, Revision C this Specification Establishes The Requirements For The Manufacture And Acceptance Of The 5w5 Cable Assembly, Naval Sea Systems Command (navsea) Drawing 7052721. 53711-5759651 - (c) Pressure Tests (u) ref: 6935198 Para 3.2.1.2: The 5w5 Cable Assembly Shall Withstand An External Hydrostatic Pressure Of The Proof Pressure Value Of Navsea Drawing 5759651 For Five (5) +1/-0 Minutes Without Exhibiting Signs Of Damage Or Leakage. For Preproduction And Periodic quality Conformance Tests, The 5w5 Cable Assembly Shall Meet This Requirement Ten (10) Consecutive Times. 53711-5893799 - Cable Assembly, 5w5 Umbilical/torpedo Interface, Wiringdiagram this Is The Wiring Diagram For The 5w5 Cable Assembly. 53711-5894122 - Cable Assembly, 5w5 Umbilical/torpedo Interface, Cabling Diagram This Is The Cabling Diagram For The 5w5 Cable Assembly. ii.cable Acquisition Requirements Are Specified In Section 6.2 Of 53711-6935198- Torpedo Mk 48 Adcap Critical Item Product Fabrication Specification For 5w5cable Assembly 20 May 2003, Revision C: 6.2 Ordering Data - Procurement Documents Should Specify The Following: a.title, Specification Number, Revision Letter, Date Of The Revision Of This Specification. b.exceptions To This Specification, Applicable Drawings, Or Other Referenced Documents. c.desired Completeness And Availability Of Test Data, Including Data Cards. d.type And Degree Of Contractor Quality Assurance Systems Required. e.whether Or Not The Test Samples Required Are Included In The Number Of 5w5 Cable Assemblies Ordered. f.activities Designated By The Government To Perform The Preproduction And Periodic Production Monitoring Tests Per Figures 3 And 4. (currently The Government Is Designating The Contractor To Perform The Tests. Government Would Like To Be Notified When Testing will Be Performed In Case They Wantto Have Government Witness The Tests.) g.level Of Preservation And Packaging. h.method Of Shipment. iii. Reference Documents N a iv. Quality/inspection Requirements A. During The Performance Of This Contract, The Contractor/supplier Mustmaintain A Quality Management System In Accordance With As9100/iso-9001 Or Equivalent. due To The Critical Application Of This Part, It Is Recommended That Themajor Characteristics And Key Features Of The Part, Identified Below, Beemphasized When Communicating With The Contractor/supplier. b.all Quality Assurance Operations Performed By The Supplier Will Besubjected To Government Verification At Any Time. Verification Will Consistof (a) Tests, (b) Surveillance Of The Supplier's Operations, (c) Analysis,(d) Process Inspection, And (e) Product inspection. Failure Of The Supplierto Promptly Correct Deficiencies Discovered By The Supplier Or Of Which Thesupplier Is Notified Shall Be Cause For Suspension Of Product Acceptanceuntil Corrective Action Has Been Made Or Until Conformance To The prescribedcriteria Has Been Demonstrated. c. Quality Assurance Provisions For The Fabrication/assembly Of The Cables Are Specified In 53711-6935198. cable Assembly Production Sampling 1. Preproduction Sampling - A Preproduction Sample Of Two (2) 5w5 Cable Assemblies Will Be Manufactured Using The Methods And Procedures Proposed For Production. The Sample Will Pass The Quality Conformance Tests As Specified In Figure 3 Prior To Submission To an Activity Designated By The Procuring Agency To Determine Compliance With The Requirements Of The Specifications And Drawings. Further Production Of The 5w5 Cable Assembly By The Contractor Prior To The Approval Of The Contracting Agency Will Be At The supplier's Risk. (currently The Government Is Designating The Contractor To Perform Inspection And Testing Required To Verify Compliance With Specifications And Drawings. Government Would Like To Be Notified When Inspection And Testing Will Be Performed In Case they Want To Have Government Witness Present.) preproduction Cable Assembly Testing Requirements: preproduction Tests Conducted By The Contractor (figure 3): performance Verification low-pressure Leakage hydrostatic Pressure (one Cycle) electrical Performance 4. Quality Assurance 4.1 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.1.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired.; 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 4.4 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;iaw 6935198 Rev "c"; first Article Test/inspection On ;2; unit(s) In Accordance With Requirements ;6935198 Para 3.2.1.2; . 4.5 Production Lot Test (contractor) - The Contractor Shall Perform Production Lot Testing In Accordance With ;iaw 6935198 Para 4.2.1.1, 4.2.2.1, And 4.2.1.2 a Preproduction Sample Of Two (2) 5w5 Cable Assemblies Will Be Manufacturedusing The Methods And Procedures Proposed For Production. from Each Production Lot Of 50 5w5 Cable Assembliesthat Have Passed Thequality Conformance Tests Asspecified In Figure 2, A Sample Of Two (2) 5w5 Cableassemblies Will Be Selected At Random By Thegovernment Inspector For Submission To An Activitydesignated By the Procuring Agency To Determine Compliance With The Specifications And Drawings.; . 4.6 Quality Conformance Inspection - The Contractor Is Responsible For Conducting A Quality Conformance Inspection In Accordance With ;iaw 6935198 Rev "c". 3.4.2; , Paragraph ;para 4.2.1.3; And Preparing An Inspection Report In Accordance With The Contract Data Requirements List, Dd Form 1423. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall 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 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. date Of First Submission=030 Dac ;certificates Of Quality Compliance For The Followingcable Assembly Requirements Shall Be Delivered Tothe Government Via Contract Data Requirements List (cdrl). preproduction Sample Quality Conformance Inspection And Test Data. production Quality Conformance Inspection And Test Data. periodic Sample Quality Conformance Inspection And Test Data. certificates Of Quality Compliance For The Followingsource Control And Vendor Item Controlled Cableassembly Components Shall Be Delivered To Thegovernment Via Contract Data Requirements List (cdrl). connector, Receptacle, Electrical, Solder Type,solder Mounting, Bayonet Coupling (pn 7053321)contact Assy, #20 (pn 757994)power Cables 7053298-1/-2, 7053299-1/-2/-3,7053300-1/-2/-3. copies Of The Certificate Of Quality Complianceshall Be Delivered To The Engineering Support Activity,nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil richard.d.penfold2.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted Withthe Contractor/supplier To Review The Item Keyfeatures. The Government Engineering Support Activity,nuwc Newport, Would Like To Participate In Theconference If One Is Scheduled. ; date Of First Submission=030 Dac ;isea Poc: James.c.ferguson1.civ@us.navy.mil richard.d.penfold2.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil newport, Ri 02841-1708 phone: 401-832-4593 dsn: 432-4593 fax: 401-832-4194 e-mail: Patrick.faerber@navy.mil ;

Department Of Energy Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon17 Feb 2025
Tender AmountRefer Documents 
Description: Fabrication, Installation, Alignment, Calibration, Machining, Prototyping Services For Upper Wide-angle Viewing System (uwavs)

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.

Department Of Energy Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date22 Feb 2025
Tender AmountRefer Documents 
Details: The Objective Of This Work Project Is To Design, Build And Commission Process Equipment For Use In Scale-up Piloting Experiments. Researchers Will Use This Equipment To Advance Nrel’s Mission Of Developing Renewable Technologies For Commercial Deployment. Any Mention Of Equipment In The Statement Of Work Refers Specifically To The Process Equipment, As Detailed In The Attached Equipment Addendum And Process Design Basis Documents. this Project Will Support The Engineering Design, Procurement, And Fabrication Of Plug-and-play Equipment, Sized For A Production Capacity Of Approximately One Barrel Per Day. The Design Will Prioritize Value Engineering, Operational Flexibility, And Process Safety To Maximize Scalability And Adaptability. By Providing Standard Unit Operations, The Equipment Will Make It Easier For Researchers To Test Technologies In A Continuous, Integrated Manner, Lowering The Barriers To Conducting Pilot Experiments. See Attached Documents For Additional Details. amendment 1: Q&a's And Due Date Extension. Posted 1/23/25

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Amendment 0001 Is Posted In The Links Provided For This Procurement. Please Ensure You Access The Updated Documentation Provided As Part Of The First Amendment. amendment 0002 Is Posted In The Links Provided For This Procurement. Please Ensure You Access The Updated Documentation Provided As Part Of The Second Amendment. amendment 0003is Posted In The Links Provided For This Procurement. Please Ensure You Access The Updated Documentation Provided As Part Of The Second Amendment. amendment 0004 Is Posted In The Links Provided For This Procurement. Please Ensure You Access The Updated Documentation Provided As Part Of The Fourth Amendment. amendment 0005 Is Posted In The Linksprovided For This Procurement. Please Ensure You Access The Updated Documentation Provided As Part Of The Fifth Amendment. this Solicitation Is For The Procurement Propulsor Demonstration Hardware. The Advanced Propulsor Management Office (code 808) In The Naval Architecture And Engineering Department (department 80) Of The Naval Surface Warfare Center, Carderock Division (nswccd) Is Responsible For Managing The Research And Development (r&d), Design, Testing, And Delivery Of Us Navy Submarine Propulsors. The Apmo Requires The Design And Development For Prototype Propulsors, Shafting And Bearing Components, Mechanical Design Specification, And Manufacturing Plans To Support The Peo Ssn/ssbn Submarine Programs. the Objective Of This Procurement Is To Provide Manufacturing Design Drawings, Engineering, Fabrication, Inspection, And Assembly Of Prototype Propulsor, Shafting And Bearing Components As Well As The Equipment Needed To Support Propulsor Research & Development, Testing And Evaluation (rdt&e) For Department 80. These Manufactured Articles Include Scaled And Full-scale Hardware, As Well As Hardware Suitable For At-sea Demonstration. Additionally, This Contract May Be Used To Support Vendor Qualification Of Fleet Hardware And May Be Utilized For Production Efforts Outside Of Other Propulsor Production Contracts, Including But Not Limited To: Lifting And Handling Fixtures, Machining Fixturing And Tooling, Shipping Support Hardware, And Fasteners And Other Support Hardware. The Product And Service Code (psc) For This Procurement Is Predominantly Psc Ac32, National Defense Research & Development Services. Applied Research–defense Other: Services (engineering Development). Additionally, Apmo Will Use Psc 2010, Ship And Boat Propulsion Components And Psc H220, Equipment And Materials Testing- Ship, For Propulsor And Shafting Prototypes And Manufacturing Efforts. drawings And Reference Documents Will Provided Via Dodsafe By Request Only. please Ensure All Email Correspondence Are Sent To The Contract Specialist, Charles Renno, At Charles.l.renno.civ@us.navy.mil, And Procurement Contract Officer, Carlos Triay, At Carlos.a.triay.civ@us.navy.mil.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents 
Description: W91237-25-r-0002, Winfield Lock And Dam Flap And Roller Gate Fabrication

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.6|wvq|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|125|365 Days|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1 423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (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 (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| soliciation Is Hereby Amended To Extend Closing Date To 14feb2025. 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 5. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed.see Far 52.211-16 For Further Details. \ 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 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a240 | | |a |201115|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=mil-std-792 | | |f |060519|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=ms 18301 | | |b |920228|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the 1 Inch Nps, 1500 Psi Restrictor Unit Must Be In Accordance With Ms18301, Ms18301-17 Style B And Ms18301-13, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;orifice Plate (note: Orifice Plate Only Is Considered Level 1); material - ;astm-a240, Type 304; 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 - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Intergranular Corrosion Testing item - ;orifice Plate; performance - Astm-a262, Practice E acceptance - Astm-a262 3.4 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.5 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 In Electronic (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. 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. 3.6.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 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 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. 3.7 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. 3.8 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. 3.8.1 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 ^ 3.9 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. 3.10 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. 3.10.1 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. 3.10.2 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. 3.10.3 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. 3.10.4 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. 3.10.5 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. 3.11 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. 3.11.1 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. 3.11.2 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. 3.12 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." 3.12.1 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. 3.12.2 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. 3.12.3 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. 3.12.4 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. 3.12.5 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. 3.13 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: 3.13.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.13.2 Inspection For Completeness And Proper Type. 3.13.3 Verification Of Material Quality Received. 3.13.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.13.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.13.6 Identification And Protection From Improper Use Or Disposition. 3.13.7 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. 3.13.8 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. 3.13.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.14 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. 3.14.1 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. 3.15 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. 3.15.1 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. 3.15.2 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. 3.15.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.15.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 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 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 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. 3.17.5 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. 3.17.6 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. 3.18 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 Quality Assurance Representative (qar). 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 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 3.21.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.21.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.21.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.21.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.21.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.21.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.21.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.21.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.21.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.21.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.21.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.21.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.22 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 - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - 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.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents 
Details: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336413|1250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. this Rfq Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco. 1.4 . Unless Otherwise Specified, For Fabricated Parts, The Inspection method Sheets/ Final Inspection Sheets Shall List The Characteristics of Each Item Produced Under The Contract. the Manufacturer Shall Be Required To Provide Certifications Of All Raw material Including Castings And Forgings. The Material Source Shall Be identified And The Documentation Shall Be Able To Identify The Customer and/or Contract Number. The Manufacturer Shall Maintain All Raw Material documentation For A Minimum Of Ten (10) Years. the Contractor Is Responsible For Providing Completed Inspection Method Sheets/final Inspection Sheets Showing The Actual Dimensions Taken For all Characteristics,in Addition, Critical Characteristics Shall Be annotated. 1.5 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.6 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.7 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;619447; Drawing Number ( ;80020; ) ;m; , Revision ;nawc Lakehurst; And All Details And Specifications Referenced Therein. 1.8 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.9 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=619447 |80020| M| |c| | | | 3. Requirements unique Requirements: a. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Techincal Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. b. This Overhaul/repair Tdr Is Requiring The Submission Of Data Covering All Parts Components And Assemblies,including Material Certifications, Non-destructive Inspection Process Data, Welding Procedures/qualifications(as Applicable), Etc. Submission Of Certain data May Be Rendered Inapplicable, Contingent Upon Items Being Either Overhauled Or Replaced, Based On Its Conditition And Per The Guidelines Of Approved Overhaul/repair Procedures. 4. Quality Assurance 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;n/a; ) Heat Treat ( ;n/a; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;n/a; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;n/a; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Tolerances; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;m; , Revision ;applies; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;applies; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;619447-2; ; , Revision ;m; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;peter Schoerner Nawc Qa At Fax (732) 323-1381.; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawc Qa Fax (732) 323-1381.; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 4.12 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;all Actual Dimensions Of Any Major Or Critical Characteristics Shall Be Recorded. The Ambeint Temperature Shall Be Recorded At Time Measurements Are Taken. Certifications To Be On File For A Minimum Of Seven Years After Delivery; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.13 Special Inspection Requirements ( ;n/a; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;applies; ) High Shock Test ( ;applies; ) Mechanical Vibration Test quality Assurance Requirements 1. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified,the Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Quality Assurance Representative (qar) Evaluation Per The Contract Schedule. The Evaluation Shallbe Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To arrange For Nawc Participation In Accordancewith The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certificationstest Reports, In-process Inspection Documents Needed To Substantiateproduct Quality; This Same Documentation Shall Also Be Included In The Firstarticle Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Quality Assurance Representative (qar) Within His/her Quality Assurance System Not Previously Identified during Prior Evaluations And/or Surveys; Any Problems Identified During The Conduct Of The Test Will Also Require Correction. b.testing And Evaluation: the Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical,major, And Minor Dimensions And/or Requirements Identified In The Drawings,drawing Notes, And Process And Fabrication Specifications. results Shall Consist Of Actual Dimensions, Measurements, And Test Outcomes And Included In The First Article Test Report. Attributes For Hardness And Non-destructive Testing Shall Be In-spected 100%. c.acceptance/reject Criteria: satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Con-formance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article; ii.failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection. d.delivery: the Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quanti-ties Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii.the Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 2. Production Lot Special Tests: N/a 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Alre Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. (for Navsup Refernce Only) Tdr 21-10032a Repair Tdr Tdr 24-10132 Procurement Tdr. The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted & Been Approved Will Be Eligible For Award Under This Solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq data Requirements: (as Required Based On Repair Or Overhaul Process/procedure) a. Copies Of All Approved Requests For Variations. b. Material Certifications Per Drawing 619447. c. Dimensional Inspection Per Drawing 619447. d. Part Identification Per Drawing 619447. e. Material And Mill Certification Per Drawing 619447 f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447 g. Hydrostatic Test Per Note 5 Of Drawing 619447. h. Leakage Test Per Note 6 Of Drawing 619447. i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods. j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods. k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certifacation And Statement Of No Change In Design, Material And Manufacture Methods. l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447. m. Preservation And Packaging Per Drawing 619447. n. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters And Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawing 619447. date Of First Submission=asreq 16. Remarks/data Requirements: (as Required Based On Repair Or Overhaul Process/procedure) a. Copies Of All Approved Requests For Variations. b. Material Certifications Per Drawing 619447. c. Dimensional Inspection Per Drawing 619447. d. Part Identification Per Drawing 619447. e. Material And Mill Certification Per Drawing 619447. f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447 g. Hydrostatic Test Per Note 5 Of Drawing 619447. h. Leakage Test Per Note 6 Of Drawing 619447. i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Staof No Change In Design, Material And Manufacture Methods. j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods. k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods. l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447.m. Preservation And Packaging Per Drawing 619447. n. 100% Inspect, And Record The Readings For The Pitch And Functional Diametersand Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawing 619447.
1451-1460 of 1639 active Tenders