Fabrication Tenders

Fabrication Tenders

DEPT OF THE NAVY USA Tender

Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.7|wve|717-605-3875|jill.sabol@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (dec 2018)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd|n00104|tbd|certifications - N39040; Material -s4306a |n50286|tbd|133.2|n/a|n/a|certifications - N39040|n/a|n/a|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery ||||| warranty Of Data--basic (mar 2014)|2||| transportation Of Supplies By Sea (feb 2019)|2||| first Article Approval--government Testing (sep 1989)|7|one|0001ac|180|receiving Officer, Code 526, Portsmouth Naval Shipyard, Portsmouth, Nh 03804-5000; Mf Equipment Testing Laboratory, Code 270.1 |30||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| annual Representations And Certifications (may 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 31 January 2025. the Small Business Set-aside Is Been Dissolved. 1. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 2. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 3. Only Those Sources With An Acceptable Quality Assurance Manual Are Eligible For Award Under This Solicitation. The Navy Has Found From Past Experience That Quality Control Is Essential To Assure Personnel Safety In Critical Areas And To Provide For The Safe operation Of Submarines And Certain Systems On Surface Ships. See Wssterm Lz02. Vendors Submitting Quality Manuals Shall Submit Them To Jill.sabol@navy.mil Instead Of 0243.qamanual@navy.mil. 4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 5. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. 6. If Drawings Are Included In The Solicitation, Access Must Be Requested On The Individual Solicitation Page On Contract Opportunities Via The Government's Sam.gov Website. Include Your Cage Code In Your Request. 7. Unless Otherwise Stated On The Dd1423, Submission Of Dd1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To The Material (line Item 0001aa) Delivery Date. Pnsy Review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of Cdrls. Final delivery Of Material Will Be On Or Before 500 Days After The Effective Date Of The Order. 8. This Procurement Has First Article Test Requirements. \ 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 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. 2.2.3 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. drawing Data=cpg1022-1 |96169| D| |d|0000.a | D|49998|0074948 drawing Data=cpg1022-1 |96169| D| |d|0000.b | C|49998|0129832 drawing Data=cpg1022-1 |96169| D| |d|0000.c | D|49998|0016731 drawing Data=cpg1022-1 |96169| D| |d|0001 | D|49998|0095662 drawing Data=cpg1022-1 |96169| D| |d|0002 | C|49998|0048488 drawing Data=cpg1022-1 |96169| D| |d|0003 | C|49998|0049407 drawing Data=cpg1022-1 |96169| D| |d|0004 | D|49998|0061828 drawing Data=cpg1022-1 |96169| D| |d|0005 | B|49998|0017369 drawing Data=cpg1022-1 |96169| D| |d|0006 | D|49998|0024738 drawing Data=cpg1022-1 |96169| D| |d|0007 | B|49998|0020905 drawing Data=cpg1022-1 |96169| D| |d|0008 | D|49998|0019097 drawing Data=cpg1022-1 |96169| D| |d|0009 | C|49998|0017763 drawing Data=cpg1022-1 |96169| D| |d|0010 | D|49998|0055696 drawing Data=cpg1022-1 |96169| D| |d|0011 | B|49998|0015906 drawing Data=cpg1025 |96169| P| |d|0001 | P|49998|0031294 drawing Data=cpg1025 |96169| P| |d|0002 | P|49998|0013077 drawing Data=cpg1025 |96169| P| |d|0003 | P|49998|0011923 drawing Data=cpg1025 |96169| P| |d|0004 | P|49998|0021385 drawing Data=cpg1025 |96169| P| |d|0005 | P|49998|0020123 drawing Data=cpg1025 |96169| P| |d|0006 | P|49998|0012596 drawing Data=cpg1025 |96169| P| |d|0007 | P|49998|0020575 drawing Data=cpg1025 |96169| P| |d|0008 | P|49998|0025829 drawing Data=cpg1025 |96169| P| |d|0009 | P|49998|0025129 drawing Data=cpg1025 |96169| P| |d|0010 | P|49998|0025305 drawing Data=cpg1025 |96169| P| |d|0011 | P|49998|0026218 drawing Data=cpg1025 |96169| P| |d|0012 | P|49998|0023610 drawing Data=cpg1025 |96169| P| |d|0013 | P|49998|0024504 drawing Data=cpg1025 |96169| P| |d|0014 | P|49998|0020909 drawing Data=cpg1025 |96169| P| |d|0015 | P|49998|0025043 drawing Data=cpg1025 |96169| P| |d|0016 | P|49998|0024761 drawing Data=cpg1025 |96169| P| |d|0017 | P|49998|0027299 drawing Data=cpg1025 |96169| P| |d|0018 | P|49998|0042937 drawing Data=cpg1025 |96169| P| |d|0019 | P|49998|0040502 drawing Data=cpg1025 |96169| P| |d|0020 | P|49998|0036449 drawing Data=cpg1025 |96169| P| |d|0021 | P|49998|0036830 drawing Data=cpg1025 |96169| P| |d|0022 | P|49998|0033796 drawing Data=cpg1025 |96169| P| |d|0023 | P|49998|0027339 drawing Data=cpg1025 |96169| P| |d|0024 | P|49998|0041721 drawing Data=cpg1025 |96169| P| |d|0025 | P|49998|0036782 drawing Data=cpg1025 |96169| P| |d|0026 | P|49998|0037911 drawing Data=cpg1025 |96169| P| |d|0027 | P|49998|0019706 drawing Data=cpg1025 |96169| P| |d|0028 | P|49998|0031258 drawing Data=cpg1025 |96169| P| |d|0029 | P|49998|0028386 drawing Data=cpg1025 |96169| P| |d|0030 | P|49998|0034996 drawing Data=cpg1025 |96169| P| |d|0031 | P|49998|0037489 drawing Data=cpg1025 |96169| P| |d|0032 | P|49998|0026677 drawing Data=cpg1025 |96169| P| |d|0033 | P|49998|0017312 drawing Data=cpg1025 |96169| P| |d|0034 | P|49998|0030851 drawing Data=cpg1025 |96169| P| |d|0035 | P|49998|0028589 drawing Data=cpg1025 |96169| P| |d|0036 | P|49998|0009063 drawing Data=cpg1025 |96169| P| |d|0037 | P|49998|0004112 drawing Data=cpg1025 |96169| P| |d|0038 | P|49998|0013152 drawing Data=cpg1025 |96169| P| |d|0039 | P|49998|0009572 drawing Data=cpg1025 |96169| P| |d|0040 | P|49998|0012321 drawing Data=cpg1025 |96169| P| |d|0041 | P|49998|0009310 drawing Data=cpg1025 |96169| P| |d|0042 | P|49998|0006784 drawing Data=cpg1025 |96169| P| |d|0043 | P|49998|0006124 drawing Data=cpg1025 |96169| P| |d|0044 | P|49998|0008489 drawing Data=cpg1025 |96169| P| |d|0045 | P|49998|0007044 drawing Data=cpg1025-1 |96169| M| |d|0000.a | M|49998|0758554 drawing Data=cpg1025-1 |96169| M| |d|0000.b | G|49998|1277830 drawing Data=cpg1025-1 |96169| M| |d|0000.c | M|49998|0763525 drawing Data=cpg1025-1 |96169| M| |d|0001 | L|49998|1091102 drawing Data=cpg1025-1 |96169| M| |d|0002 | M|49998|1201771 drawing Data=cpg1025-1 |96169| M| |d|0003 | L|49998|1102853 drawing Data=cpg1025-1 |96169| M| |d|0004 | E|49998|0841196 drawing Data=cpg1025-1 |96169| M| |d|0005 | D|49998|0392069 drawing Data=cpg1025-1 |96169| M| |d|0006 | B|49998|0547744 drawing Data=cpg1025-1 |96169| M| |d|0007 | D|49998|0409468 drawing Data=cpg1025-1 |96169| M| |d|0008 | B|49998|0424196 drawing Data=cpg1025-1 |96169| M| |d|0009 | L|49998|0555538 drawing Data=cpg1025-1 |96169| M| |d|0010 | J|49998|0536845 drawing Data=cpg1025-1 |96169| M| |d|0011 | B|49998|0594238 drawing Data=cpg1025-1 |96169| M| |d|0012 | A|49998|0635118 drawing Data=cpg1025-1 |96169| M| |d|0013 | F|49998|0683845 drawing Data=cpg1025-1 |96169| M| |d|0014 | C|49998|0649459 drawing Data=cpg1025-1 |96169| M| |d|0015 | A|49998|0543639 drawing Data=cpg1025-1 |96169| M| |d|0016 | C|49998|0683318 drawing Data=cpg1025-1 |96169| M| |d|0017 | D|49998|0554866 drawing Data=cpg1025-1 |96169| M| |d|0018 | D|49998|0421953 drawing Data=cpg1025-1 |96169| M| |d|0019 | K|49998|0559184 drawing Data=cpg1025-1 |96169| M| |d|0020 | K|49998|0762215 drawing Data=cpg1025-1 |96169| M| |d|0021 | M|49998|0397387 drawing Data=cpg1025-2 |96169| K| |d|0000.a | K|49998|0360625 drawing Data=cpg1025-2 |96169| K| |d|0000.b | D|49998|0070485 drawing Data=cpg1025-2 |96169| K| |d|0000.c | K|49998|0359139 drawing Data=cpg1025-2 |96169| K| |d|0001 | J|49998|0498469 drawing Data=cpg1025-2 |96169| K| |d|0002 | K|49998|0607194 drawing Data=cpg1025-2 |96169| K| |d|0003 | G|49998|0491202 drawing Data=cpg1025-2 |96169| K| |d|0004 | E|49998|0491268 drawing Data=cpg1025-2 |96169| K| |d|0005 | F|49998|0659594 drawing Data=cpg1025-2 |96169| K| |d|0006 | F|49998|0049431 drawing Data=cpg1025-2 |96169| K| |d|0007 | F|49998|0566711 drawing Data=cpg1025-2 |96169| K| |d|0008 | D|49998|0028577 drawing Data=cpg1025-2 |96169| K| |d|0009 | D|49998|0032712 drawing Data=cpg1025-2 |96169| K| |d|0010 | D|49998|0014537 drawing Data=cpg1025-2 |96169| K| |d|0011 | D|49998|0017877 drawing Data=cpg1025-2 |96169| K| |d|0012 | D|49998|0014800 drawing Data=cpg1025-2 |96169| K| |d|0013 | D|49998|0017435 drawing Data=cpg1025-2 |96169| K| |d|0014 | D|49998|0019633 drawing Data=cpg1025-2 |96169| K| |d|0015 | H|49998|0360727 drawing Data=cpg1025-2 |96169| K| |d|0016 | K|49998|0452047 drawing Data=cpg1025-2 |96169| K| |d|0017 | K|49998|0289051 drawing Data=d135925 |13030| J| |d|0001 | J|49998|0172425 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|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=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;hull Penetrator Assembly Must Be In Accordance With Spears Associates Inc. Drawing D135925; Assembly D135925-1, And General Dynamics Specification Cpg 1025, Less Piece 19, Except As Amplified Or Modified Herein.; 3.2 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required. 3.3 ;the Fat Sample(s) Must Not Be Delivered Against The Contract Quantity.; 3.4 ;paragraph 4.1 Of Cpg 1025 Does Not Apply.; 3.5 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); material - ;qq-n-286, Form 2 Or Form 7, Annealed And Age Hardened. Mechanical Properties To Be In Accordance With Cpg 1025, Paragraph 3.3.2; 3.6 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 Is Still Required, But Certifications Are Only Required As Listed Below. test - Quality Conformance/compliance Inspection item - ;each Hull Penetrator Assembly; performance - ;cpg 1025, Paragraph 4.5; acceptance - ;cpg 1025, Paragraph 4.5; attribute - Annealing And Age Hardening item - ;each Hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - Qq-n-286 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Time Temperature Plots And Certified Calibration Records Of Furnace Temperature Measuring Devices item - ;each Hull Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - ;when Required By Cpg 1025, Paragraph 3.3.1.2; test - ;dye Penetrant Inspection; item - ;each Penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 3.7 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 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. Repair Welding Is Not Permitted On ;hull penetrator Body (cpg 1025/2-003), Nut (cpg 1022/1-005), And Washer (cpg 1025/1-005); . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.12 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.13 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.14 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. 3.14.1 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. 3.14.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.14.3 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. 3.15 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. 3.15.1 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. 3.16 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. 3.17 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.18 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. 3.19 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. 3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.19.2 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'') 3.19.3 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, S9074-ar-gib-010a/278,248d The contract. 3.19.4 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. 3.19.5 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. 3.19.6 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. 3.19.7 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. 3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.19.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.19.10 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. 3.19.11 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 That Each 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. 3.19.12 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. 3.20 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. 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 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. 3.20.5 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. 3.21 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. 3.21.1 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. 3.21.2 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. 3.22 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." 3.22.1 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. 3.22.2 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. 3.22.3 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. 3.22.4 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. 3.22.5 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. 3.23 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: 3.23.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.23.2 Inspection For Completeness And Proper Type. 3.23.3 Verification Of Material Quality Received. 3.23.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.23.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.23.6 Identification And Protection From Improper Use Or Disposition. 3.23.7 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. 3.23.8 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. 3.23.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.24 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. 3.24.1 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. 3.25 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. 3.25.1 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. 3.25.2 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. 3.25.3 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. 3.25.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.26 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: 3.26.1 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. 3.26.2 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.) 3.26.3 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. 3.26.4 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. 3.26.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.27 Material Handling - The Written Material Control Process Must Include The Following: 3.27.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.27.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.27.3 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. 3.27.4 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. 3.27.5 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. 3.27.6 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. 3.28 Receiving Inspection - 3.28.1 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. 3.28.2 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. 3.29 Discrepancy Reporting - 3.29.1 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). 3.30 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.30.1 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. 3.30.2 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. 3.30.3 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. 3.30.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.31 First Article Test/inspection (government) - ;destructive; - The Contractor Shall Deliver ;one (1) Each Penetrator Assembly, One (1) Each Header Assembly, And One (1) Each Inboard Plug Assembly; Unit(s) To ;receiving Officer, Code 526, Portsmouth Naval shipyard, Portsmouth, Nh 03804-5000; Mf Equipment Testing Laboratory, Code 270.1; For First Article Tests In Accordance With The ;requirements Of Cpg 1025, Paragraph 4.4. Underwater Explosion Testing Is Not Required; . 3.32 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

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.*** ***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.*** introduction: army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types. this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received. background: the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat. scope: the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible. the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation. draft Request For Proposal (rfp) Information: in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation. the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information. acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event. please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release. how To Respond To This Draft Rfp: acc-apg And Peo Iew&s Are Requesting That Interested Vendors: review The Pws And Draft Rfp Document Located In The Attachments Section Below. complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors. the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee . gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox. mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil . subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]". acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Details: Description Invitation To Bid For 25ei0113 - Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii/25ei0113. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0113 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Masaguisi, Phase Ii. This Includes Installation Of Floor Tiles With Waterproofing (built-up And Preformed Membrane) At Roof Deck, Drop Ceilings On Ground And Second Floor, Indoor Wall Cladding, Polystyrene Baseboards, Outdoor Cladding At Front And Right Elevations, Decorative Stone At Roof Deck, And Stainless Signages On Exterior Front Wall. Also Includes Painting Of Roof Deck Columns, Ceilings, Steel Railings, And Fabrication/installation Of New Steel Railings At Roof Deck, And Flat Form At Session Hall. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson

MUNICIPALITY OF TAGUDIN Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 3.4 Million (USD 59.1 K)
Details: Description Invitation To Bid For The Contract Package For The Improvement Of Local Economic Enterprise (phase Iv), Barangay Del Pilar, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of Three Million Four Hundred Fifty Four Thousand Six Hundred Fifty Four Pesos & 82/100 (php3,454,654.82) Being The Approved Budget For The Contract (abc) Through The Ra 7171, Municpal Share, Special Budget No. 1, Appropriation Ordinance No. 3, Series Of 2024 To Payments Under The Contract For The Contract Package For The Improvement Of Local Economic Enterprise (phase Iv), Barangay Del Pilar, Tagudin, Ilocos Sur, Contract No. Infr-2024-30. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration B.9 Mobilization & Demobilization L.s. L.s. 91 C.d. A. Local Economic Enterprises Office 101 (3) Removal Of Existing Structure 43.50 Sq.m. Spl I.a Masonry Works 5.78 Sq.m. Spl Ii.a Plastering Works 12.00 Sq.m. Spl Iii.a Aluminum Framed Doors, Windows, Glass Partition And Aluminum Cabinet L.s. L.s. Spl Iv.a Ceiling Works 96.00 Sq.m. Spl V.a Painting Works 143.00 Sq.m. Spl Vi.a Electrical Works L.s. L.s. Spl Vii.a Fabrication Of Bench L.s. L.s. B. Coconut Stalls 103 Excavation For Structure 25.29 Cu.m. 404 Reinforcing Steel Bars 5,451.80 Kgs 405 Structural Concrete 44.324 Cu.m. Spl I.b Masonry Works 146.34 Sq.m. Spl Ii.b Plastering Works 318.30 Sq.m. Spl Iii.b Tile Works 156.84 Sq.m. Spl Iv.b Roof & Roof Framing 189.00 Sq.m. Spl V.b Ceiling Works 184.22 Sq.m. Spl Vi.b Painting Works 318.30 Sq.m. Spl Vii. Occupational Safety And Health Program L.s. L.s. Spl Viii. Project Billboard L.s. L.s. ***nothing Follows*** Bidders Should Have Completed, For The Past Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In General Conditions Of Contract. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024-january 16, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 3, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 16, 2025 @ 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 16, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Local Government Unit Of Tagudin, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd)marina I. Balicoco Bac Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: December 24-30, 2024

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0126 - Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii/25ei0126. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii Contract Id : 25ei0126 Location : Roxas, Oriental Mindoro Scope Of Works : The Scope Of Works Includes The Construction Of Bleachers On The Both Sides Of The Covered Court, With The Right Side Having 3 Layers And The Left Side 5 Layers Both 30 Meters Long. This Also Includes Excavation Works, Reinforced Concrete For Column Footing, And Slabs, As Well As Finishing Works Such As Chb Laying, Plastering And Wall Painting. Additionally, It Covers The Fabrication And Installation Of Rafters, Struts, Purlins, Frames, Roofing And Installation Of Basketballboard And Ring. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03, 2025 – January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0129 - Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro/25ei0129. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro Contract Id : 25ei0129 Location : Bulalacao, Oriental Mindoro Scope Of Works : Construction Of A - 1 Unit Multi-purpose Building (day Care Center) Measuring 9.80m X 8.20m, Which Includes Excavation, Embankment, Reinforced Concrete For Column Footings, Column, Footing Tie Beams, Slab, Beams, And Suspended Slab The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, Plumbing Works, And Downpouts. Also Includes Painting Works, Tileworks Of Cr, Electrical Works, Ceiling Works, Blackboard, And Other Finishing Works To Complete The Project. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 135 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03, 2025 – January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: The Contractor Shall Provide All Services, Including Materials, Labor And Installation Required For The Complete Removal And Replacement Of A Four (4) Bay Self-service Car Wash System Located At Subase Kings Bay. work Shall Include But Is Not Limited To The Following: 1. Site Investigation: The Contractor Shall Provide And Perform All Necessary Siteinvestigation And Utility Locates (including, But Not Limited To, Sub-surface Utility “pot Holing”)as Required To Complete The Project. All Site Investigation Activities Shall Be Coordinatedwith Appropriate Installation Personnel Through The Point Of Contact (poc). 2. Materials: The Contractor Shall Provide All Materials, Equipment And Fixtures, Including Allrequired Accessories, Necessary To Produce A Complete And Useable Facility. Additionally,the Contractor Is Responsible For All Material Handling, Staging, Delivery/transportation,receipt Confirmation, Loading/unloading Of All Materials, Including Any Lifting Equipmentrequired, During All Phases Of Work. 3. Disposal: The Contractor Is Responsible For The Disposal Of All Waste Materials Generatedas Part Of This Project And Shall Remove All Waste And Equipment To An Offsite Area. Alland Laydown Area Will Be Designated For The New Equipment And Disposal Containers.also, The Contractor Shall Clean Up The Work Site Daily To The Satisfaction Of The Poc. 4. Demolition: The Contractor Shall Remove All Materials Not Required For The Operation Of Theproposed Systems Within All Four (4) Existing Car Wash Bays And Supporting Spaces, Whileretaining All Code Required Items. The Existing Self-service Multi-pressure Car Washsystem Including Water Hoses And Plumbing Lines, All Existing Bay Controls And Meters,and All Existing 360 Degree And 180 Degree Pressure Booms. The Contractor Shall Removethe Existing Bill Changer And Dispose Of As Stated Above. The Contractor Shall Also Removeand Dispose Of All Existing Operational Wall Signage, And All Wall Accessories Typical For Allfour (4) Bays. 5. Renovation: The Contractor Shall Furnish Install A New Self-service Multi-pressure Carwash System. The New Self-service Car Wash System Shall Include All New Hoses Andplumbing Lines To Support The New System. The System Shall Include The Minimum Of Thefollowing Functions: tire Cleaner presoak high Pressure Soap wax rinse spot-free Rinse bug Off foam Brush foam Conditioner 6. The Contractor Shall Provide All The Chemicals And Detergents For The Durationof Start-up Testing And Inspections To Ensure The Self-service Car Wash System Is Fullyoperational. 7. The Contractor Shall Furnish And Install Four (4) New 360-degree Pressurespray Wand Booms And Any Attachments Needed To Connect To The Existing System Supplypiping Within Each Wash Bay As Required. The Contactor Shall Install Four (4) New 180-degree Foam Conditioner Booms And Any Attachments Needed To Connect To The Existingsystem Supply Piping Within Each Wash Bay As Required. 8. Renovation: The Contractor Shall Furnish And Install In All Four (4) Bays The Followingaccessories: foam Brush Buckets high Pressure Wand Holders bay Hooks matt Clamps menu Board And Operational Signage 9. Renovation: The Contractor Shall Furnish And Install Four (4) New Self-serve Car Wash pos Control Meters. The New Bay Control Meters Shall Have A Coin And Credit Card Option. the Individual Credit Card Reader Must Be Compatible With Nayax Payment And management System. The Contractor Shall Insure That The Point Of Sale (pos) System Is compatible With The Installation Morale Welfare And Recreation (mwr) Department’s existing Nayax System. The Government Will Provide 3rd Party Encryption And Process separately From This Contract. 10. Renovation: The Contractor Shall Install A New Weatherproof Electrical Vending Machine that Will Be Compatible With The Same Payment Option As Line Item Ten (10) Above. The vending Machine Options Shall Include Items Such As: towels wipes protectants shines cleaners deodorizers air Fresheners 11. The Contractor Shall Furnish And Install A New Bill Changer Matching Existing Unit configurations At The Same Location As Existing. 12. Renovation: The Contractor Shall Install All New Equipment And Related Accessories, As per Manufacturer’s Installation Guidelines. if The Contractor Is Quoting An “equal” To The Listed Product Herein, The Contractor Shall submit Complete Specifications On The “equal” Product With The Response To This Rfq. The specifications Will Be Reviewed By The Poc And Contracting Officer (ko) For Possible Use on This Project. 13. Submittal: The Contractor Shall Submit A Signage Graphics Package To The Poc For approval Fifteen (15) Days Prior To Fabrication. All New Merchandising And Operational signage Must Comply With The Mwr Brand Standards. 14. Preservation: The Contractor Shall Protect Existing Adjacent Materials, Especially Wall And floor Surfaces, From Any And All Damage During The Work, By Utilizing Walk Pads, construction Screens And Other Industry Best Practices Protection Methods. 15. Restoration: The Contractor Shall Repair And/or Replace All Facility Elements Impacted and/or Damaged By Work, To The Satisfaction Of The Poc. The Contractor Shall Patch, Paint and/or Otherwise Restore All Building Materials, Including But Not Limited To, Wall And Floor surfaces Damaged By Work; To The Satisfaction Of The Poc. 16. Warranties: The Contractor Shall Provide A Warranty On All Materials I.e Chemicals And detergents/equipment And Labor For A Period Of One (1) Year, Or Longer If Standard Formaterials/equipment, From The Date Of Acceptance By The Ko. The Contractor Shall Referto Section H And I For Additional Information Regarding Warranties And Extended Warranties. 17. The Contractor Shall Provide An Operations And Maintenance (o&m) Manual To The Pocand Ko, As Instructed. Also, The Contractor Shall Provide Instruction And Training To Thepoc, Mwr Facility Staff And Pwd Representatives On The Care And Maintenance Of Allinstalled Equipment And Systems, Using The O&m Manual As The Training Basis. site Inspection the Contractor Shall Examine The Site And Determine For Themselves The Existing Conditions And general Character Of The Site. Claims For Additional Costs Due To Conditions That Could Have Been verified By Site Investigation Will Not Be Authorized. Contractor Shall Contact The Poc To Schedule the Site Inspection.

City Of Canlaon Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 9.5 Million (USD 163.5 K)
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) The Local Government Of Canlaon City, Through The Aro For Capex, Fund Code 100, No.1000-2-1-01-301-18, Cy 2024, Intends To Apply The Sum Of Nine Million, Five Hundred Sixty-four Thousand, Three Hundred Thirty-nine & 18/100 (p9,564,339.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Canlaon Now Invites Bids For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed Within Ten (10) Years Prior To The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information From The Local Government Unit, Canlaon City At The Office Of The Bids And Awards Committee, Canlaon City And Inspect The Bidding Documents From 8:00 Am To 5:00 Pm, Monday To Friday. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 15, 2025 To February 5, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand (p10,000.00) Pesos. The Procuring Entity Shall Allow Bidder To Present Its Proof Of Payment For The Fees By Facsimile. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. The Local Government Unit Of Canlaon City Will Hold A Pre-bid Conference On January 23, 2025 – 11:00 Am, At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To All Prospective Bidders. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 Bid Opening Shall Be On February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. For The Purpose Of Constituting A Quorum, Either The Physical Or Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon City Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 09175617931 Email Address: Bacofficelgucanlaon@yahoo.com Bacofficelgucanlaon@gmail.com Date Of Posting: January 14, 2025 Zosilito A. Ongco Bac Vice-chairperson Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: 01 Bid Form Name Of Project: Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) Location: Canlaon City Bill Of Quantities Item No. Item Description Quantity Unit Unit Price (pesos) Amount (pesos) I. Earthworks (3.3 Cu.m.) 3.30 Cu.m. Ii. Formworks 68.30 I.m. Iii. Backfill Works 25.28 Sq.m. Iv. Erection And Dismantling Of Scaffoldings 1.00 Lot V. Demolition Work (due To Revision Of Plans) 2.37 Cu.m. Vi. Concrete Works 103.98 Cu.m. Vii. Masonry Works & Dry Wall Partition 789.48 Sq.m. Viii. Electrical Works 755.35 Sq.m. Ix. Plumbing Works 1.00 Lot X Painting Works 1,632.28 Sq.m. Xi Fabrication & Installation Of Doors & Windows & Mirrors 336.33 Sq.m. Xii Fascia Frame & False Gutter 96.00 I.m. Xiii Ceiling & Eaves 478.24 Sq.m. Xiv Tileworks 344.43 Sq.m. Xv Railings 79.10 I.m. Xvi Canopy Extension 76.00 Sq.m. Special Item Billboard 1.00 Lot Total Submitted By: Name And Signature Of Bidder/authorized Representative Date:_________________________

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Environmental Service
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: Announcement Type: Special Notice classification Code: 6695 announcement Number: Nb305000-25-00535 (noi) subject: Notice Of Intent To Noncompetitively Acquire Advanced Chemical Metrology For Semiconductor Cleaning Chemicals: Organic Contaminants, Native Particles And Precursors, And Rapid Particle And Impurity Characterization semiconductor Manufacturing Yield Enhancement Requires Ongoing Risk Analysis Of Cleaning Chemical Purity Wherein Critical Contaminants Are Already At Levels Difficult Or Impossible To Detect, Let Alone Identify And Quantify. Next-generation Chips Will Require Even Purer Materials And Advanced Metrological Capabilities For The Detection, Identification, And Quantification Of Impurities In Semiconductor Cleaning Chemicals, Necessitating A Practical Roadmap For Assessing Material Purity Commensurate With The Needs Of The Next Generation In Semiconductor Manufacturing. one Exemplary System Of Study Is Ultra-pure Water (upw) As Semiconductor Fabrication Plants (fabs) Can Utilize Upwards Of 3.4 × 107 L D-1 (9 × 106 Gal D-1 Or ≈ 14 Olympic-size Swimming Pools) Of Upw, And It Is Used In All Wet-processing Steps Where, To A Large Extent, The Cleanliness, And Hence Yield, Of A Wafer Is Determined By The Purity Of The Water. Further, The International Roadmap For Devices And Systems (irds) Has Identified That A “lack Of Proven Particle Metrology Limits The Ability To Confirm Whether Uf (ultrafiltration Of Upw) Is Effective In Controlling Killer Size Particles Down To The Critical Particle Size”. aerosol-based Testing Of Uf Will Require Nebulizing And Drying A Upw Stream To Form An Aerosol And Simultaneously Measuring The Upstream And Downstream Particle Size Distributions And Number Densities. This Aerosolization Process Directly Mimics What Occurs On-wafer. These Aerosol-based Methods Are Quickly Gaining Acceptance And Nist Research Would Speed These Efforts. the Irds Roadmap Has Identified That The Size Of Killer Particles For The Next Generation Of Semiconductors Is Approaching 3 Nm. At These Sizes, Both Native Particles (particles That Exist In The Fluid At Or Close To The Final Size And Shape If The Fluid Were Removed) And Particle Precursors (dissolved Contaminants That Can Form Killer Particles On The Wafer When The Solvent Is Removed) Must Be Considered. To This End, Semi Has Already Developed Standards To Address Both Native Particles And Particle Precursors, E.g., Semi C79 (guide To Evaluate The Efficacy Of Sub-15 Nm Filters Used In Ultrapure Water (upw) Distribution Systems), Semi C93 (guide For Determining The Quality Of Ion Exchange Resin Used In Polish Applications Of Ultrapure Water System), And Semi F121 (guide For Evaluating Metrology For Particle Precursors In Water). this Notice Is Not A Request For A Quotation. A Solicitation Document Will Not Be Issued, And Quotations Will Not Be Requested. this Acquisition Is Being Conducted Under The Authority Of Far 13.106-1(b) Via Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 334516, Analytical Laboratory Instrument Manufacturing. the National Institute Of Standards And Technology (nist), Chemical Sciences Division Requires A Scanning Threshold Particle Counter - 3 (stpc) With The Following Requirements: 1) A Turnkey System That Has Been Benchmarked To The Above Mentioned Standards; 2) An All-in-one System With Particle Generation And Detection Integrated Into A Single Unit, This Will Minimize Diffusion Losses And Enable Portability, 3) Material-independent Particle Detection Segregated Into A Minimum Of Three Size Channels (≥ 3 Nm, ≥ 9 Nm, And ≥ 15 Nm), 4) Capable Of Segregating Contributions From Native Particles And Particle Precursors And 5) Capable Of Operating In Dilute Isopropyl Alcohol, Hydrogen Peroxide, Ammonia, And Hydrochloric Acid. The Kanomax Fmt Stpc Represents Such A System And Is The Only System That Meet Nist’s Requirements. technical Specifications: Only Kanomax Fmt Provides A System That Meets Nist’s Requirements, Including The Size And Weight Requirements For Portability To Be Able To Test Upw Systems In Laboratory Spaces Across The Nist Gaithersburg Campus. Other Companies Make Condensation Particle Counters; However, They Are Solely Designed As Particle Counters , Not An All-in-one System (which Could Lead To Diffusion Loss And Would Be Non-portable), And The Other Systems Are Not Configured To Scan Particle Sizes To Segregate Contributions From Native Particles And Precursors. For Comparable Operations, These Condensation Particle Counters Require A Nanoparticle Generator, Electrostatic Classifier, And Differential Mobility Analyzer. Additionally, Other Companies Make Particle Counters For Sizing Native Particles In Liquids, But The Minimum Detectable Size Is Typically ≥ 20 Nm, And They Are Unable To Detect Particle Precursors. The Kanomax Fmt Stpc Is The Only System On The Market That Has Been Specified As Being Capable Of Working With Non-water Samples Such As Dilute Isopropyl Alcohol, Hydrogen Peroxide, Ammonia, And Hydrochloric Acid. Additionally, The Kanomax Sptc Can Detect Particle Precursors And Native Particles In Liquid Media. It Is An All-in-one System Containing Both The Aerosol Generator And The Scanning Condensation Particle Counter. kanomax Fmt Is The Sole Manufacturer Of The Stpc, And It Does Not Have Any Product Distributors In The Americas. nist Conducted Market Research From October 2024 – November 2024 By Internet Searches, Discussions With Sources, And A Sources Sought Posting. Sources Sought Nist-ss25-chips-0012 Was Posted From October 31, 2024, To November 14, 2024, With No Responses. The Results Of That Market Research Revealed That Only Kanomax Fmt, 4104 Hoffman Rd, White Bear Lake, Mn, 55110-3708, Uei: Gk5md6jultb4 Appears To Be Capable Of Meeting Nist’s Requirements. however, Any Sources That Believe They Are Capable Of Meeting Nist’s Minimum Requirements Are Encouraged To Respond To This Notice By The Response Date To Provide The Following Information At A Minimum: Company Unique Entity Identifier Number In Https://sam.gov; Details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements; Whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization; And Any Other Information That Can Help Nist Determine Whether This Requirement May Be Competitively Satisfied.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: The Naval Surface Warfare Center, Indian Head (nswc Ihd) Is Tasked By The Naval Air Systems Command (navair) To Provide Engineering, Technical, Administrative And Programmatic Support For Total Life Cycle Management Of The Various Aircrew Escape Systems Managed Under The Joint Program Office (jpo) For Cartridge Actuated Device/propellant Actuated Device (cad/pad) Tri-service Charter.the Multiple Types Of Mission Assignments Within The Office Require On-going Engineering, Technical, Administrative And Program Management Support To Ensure The Latest State-of-the-art Technologies Required Are Available To Complement The Requirements And Responsibilities Of This Office.the Government Is Seeking Responses From Sources That Can Perform The Work Outlined Within This Sources Sought Notice. the Anticipate Contract(s) Type Will Be Firm-fixed Price (ffp), Indefinite Delivery, Indefinite Quantity Contracts With An Ordering Period Of Five (5) Years. The Government Will Award Task Orders That Are Ffp And Reserves The Right To Make More Than One Award For Each Task Order. the Anticipate Task Areas Of Support Are As Follows: task 1- Development, Product Improvement And Prototyping Support; And Qualification And Product Support. Tasking Under This Area Include But Not Limited To: provide Support And Conduct Research, Analysis, Design, Development, Feasibility Studies, Design Reviews And Testing In Support Of Product Improvement Programs (pip) And Second Source Efforts For Cartridges, Cads, Pads, And Related Energetic And Ballistic Systems. Efforts Shall Also Include, But Not Be Limited To, Malfunction Investigations, Quality Assurance, Configuration Management And Data Management Support. development Of Engineering Drawings. have Adequate Facilities, Equipment And Certified Personnel Required To Complete Taskings Related To Cad/pad conduct Testing To Include, But Not Limited To, Destructive, Non-destructive, Environmental And Ballistic Testing Iaw Appropriate Military And Commercial Specifications/standards. At A Minimum, The Contractor Shall Adhere To Mil-c-83124, Mil-c-83125, Mil-p-83126 And Mil-dtl-23659 task 2- Ordnance Assessment And Quality Evaluation Support; tasking Under This Area Include But Not Limited To: provide Ordnance Assessment (oa) Testing On Cartridges, Cads, Pads, And Related Energetic And Ballistic Systems. This May Include Fabrication Of Test Fixtures And Related Test Hardware. The Data Generated By This Oa Test Program Will Be Evaluated By The Cad/pad Jpo To Determine If Aging And Environmental Factors Have Degraded Performance Characteristics Beyond Design Specifications. have Adequate Facilities To Dispose Of All Energetic/explosive Items And Associate Hardware Unless Directed Otherwise By The Government. conduct Testing To Include, But Not Limited To, Destructive, Non-destructive (including X-ray), Environmental And Ballistic Testing Iaw Appropriate Military And Commercial Specifications/standards. At A Minimum, The Contractor Shall Be Knowledgeable Of Mil-c-83124, Mil-c-83125, Mil-p-83126 And Mil-dtl-23659. task 3- Technical Consulting Support tasking Under This Area Include But Not Limited To: provide Engineering And Technical Assistance For Cartridges, Cads, Pads, And Related Energetic And Ballistic Systems. The Contractor’s Areas Of Responsibility Shall Include, But Not Be Limited To, Providing Assistance With Design, Development, Low Rate Initial Production, Prototype Manufacture, Testing, Qualification Of Additional Sources Of Manufacture, Technical Studies And Technical Writing. assist In The Implementation Of Development And Engineering Functions In The Fields Of Ballistic Power Sources And Energy Transmission Devices And Their Associated Signal Or Energy Transmission Subsystems. the Naics Code Is 541330 With A Size Standard Of $38,500.000.the Fsc Code Is R425. what/where To Submit: It Is Requested That Interested Companies Submit, On Company Letterhead, A Notice Of Interest: Company Name; Company Address; Company Business Size, If Small Business Identify Any Applicable Socioeconomic Categories; Taxpayer Identification Number; Duns Number; Cage Code; And Point-of-contact (poc) Name, Phone Number, Fax Number, And E-mail Address To Naval Surface Warfare Center, Indian Head, Attn: Jenelle Jackson 0221 (jenelle.j.jackson.civ@us.navy.mil) . Please Prepare A Brief Capabilities Statement (no More Than 10 Pages In Length, 12-point Font Minimum) Demonstrating Ability To Perform The Services Listed Above In This Sources Sought Notice. This Documentation Should Address Prior/current Experience Performing Efforts Of A Similar Size And Scope Within The Last 3 Years, Including Contract Number, Organization Supported And Indication Of Whether As A Prime Or Subcontractor. If Company Is A Small Business, Documentation Must Also Address Company’s Ability To Perform At Least 50% Of The Work. information Provided Shall Be Treated As Business Sensitive Or Confidential To The Responder, Exempt From Public Release Under The Freedom Of Information Act. All Information Shall Be Provided Free Of Charge To The Government. Nswc Ihd May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Announcement. This Sources Sought Announcement Is Released In Accordance With Far 15.201 no Telephone Inquiries Will Be Accepted And Requests For Solicitation Packages Will Not Be Granted, As A Solicitation Has Not Been Prepared At This Time. when To Submit: All Responding Sources Must Email Their Response Submissions No Later Than 31 January 2025: nswc Ihd attn: Jenelle Jackson, Contract Specialist 4081 North Jackson Road, Bldg. 841 indian Head, Md 20640-5035 jenelle.j.jackson.civ@us.navy.mil notice Regarding Sources Sought: This Is A Sources Sought Notice For Information Purposes And To Identify Potential Sources. This Synopsis Neither Constitutes A Request For Proposal, Nor Does It Restrict The Government From An Ultimate Acquisition Approach. This Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. Requests For Solicitation Will Not Receive A Response. All Information Is To Be Submitted At No Cost Or Obligation To The U.s. Government. The U.s. Government Reserves The Right To Reject, In Whole Or In Part, Any Input As A Result Of This Market Survey. The U.s. Government Is Not Obligated To Notify Respondents Of The Results Of This Survey. If A Formal Solicitation Is Generated At A Later Date, A Solicitation Notice Will Be Published. No Award Will Be Made As A Result Of This Market Survey.
2701-2710 of 2897 archived Tenders