Fabrication Tenders
Fabrication Tenders
Land Bank Of The Philippines Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. For This Purpose, Contracts Similar To The Project Shall Be: A. Supply, Delivery And Installation Of Typhoon Barriers B. Completed Within 3 Years Prior To The Deadline For The Submission And Receipt Of Bids. Supply, Delivery And Installation Of The Roller-up Shutter (typhoon Barriers) With Engineering Intervention For The Following Branches: 1. Cataingan (masbate) Branch 2. Legazpi Branch 3. Legazpi Rotonda Branch 4. Ligao Branch 5. Polangui Branch 6. Irosin Branch 7. Sorsogon Branch 8. San Andres Branch 9. Virac Branch The Winning Bidder Shall Submit To Landbank Project Management And Engineering Department (pmed) The Following: 1. Duration/ Performance Period 2. List Of Completed Projects In The Last 3 Years With Copy Of Contract/ Purchase Order 3. Warranty Certificates 4. The Supplier Shall Conduct Site Inspection And Submit Shop Drawings Prior To Fabrication And Implementation (as Indicated In The Note In The Technical Specification) 5. Provision For Supplier-provided Training/orientation On The Installation, Operation And Maintenance Of The Typhoon Barrier Material • Curtain Material: 24-gauge Galvalume, Heavy Duty Safety And Spring Assisted Barrel • Side Guides And Bottom Bar: Same Material As The Curtain For Consistency • With Padlock Holder (2 Pairs Per Panel) Operation Mechanism Manual Operation Size And Dimension Ranges From 1000mm Up To 5000mm X 3000mm (verify Actual) Finish • Powder Coated • Color – Green Wind Resistance Roller Shutter Door To Withstand Wind Loads As Per Nscp 2015, Asce 7-10 Wind Load Calculations Accessories Windlock Enviroglide System With Heavy Duty Pvc Wear Strip Guides: Guide Clamps At 500mm Centers, Heavy Duty Galvalume/steel Guide Angle Stiffener Durability Ensure All Components Are Corrosion-resistant Include Weather Seals Along The Bottom Bar With Rubber Weather Seals 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operating Budget Intends To Apply The Sum Of One Million Three Hundred Fifty-seven Thousand Five Hundred Forty-nine Pesos (₱1,357,549.00) Being The Abc To Payments Under The Contract For The Procurement Of Typhoon Barriers For Identified Landbank Branches In Region V With Project Identification No. Itb-lbp-rbacv-0125-005. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 60 Calendar Days After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 3 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 Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 From The Given Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On February 6, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City On February 18, 2025, Not Later Than 12:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 18, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.1 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Environmental Service
United States
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.
Closing Date28 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
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.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.18|wvb|717-991-9570|karen.palm@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C & E|
inspection Of Supplies--fixed-price (aug 1996)|2|||
variation In Quantity (apr 1984)|3|10|0|total Quantity Of Item 0001|
general Information-fob-destination|1|b/a|
wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo), Certifications - Stand Alone Receiving Report|material - Inspection/acceptance At Source, Certifications - Inspection At Destination & Acceptance At Other|tbd|n001
04|tbd|n39040 - Certs, S4306a - Material|n50286|tbd|133.2|na|na|n39040 - Certs|na |na|see Dd1423|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|1 Year From Date Of Delviery|1 Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (feb 2024)|13|331221|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||dx|
the Closing Date Is Extended To 15 Jan 2025.
\
1. Dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech.
2. Submit Certifications In Wawf At Least 20 Days Prior To The Required Delivery Date.
3. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
4. A Variation In Quantity Of +10%/-0% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details.
5. Far 52.232-25(a)(5) Entitled Prompt Payment, Contructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract.
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
document Ref Data=ansi/asq-z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=sae-ams-std-183 | | | |000901|a| | |
document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes);
Condition - ;a;
Form - ;bar, 4 3/4 Inches (round);
Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%)
5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%)
Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;bar, Metal (one Sample From Each Lot);
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The
information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.5.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
^ Quality Assurance Requirements ^
3.7 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.
3.8 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.
3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities
available For Audit By The Contracting Officer Or His Authorized Representative.
3.8.3 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.
3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.9 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.
3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For
operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The
applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility,
applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.10.1 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.
3.10.2 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.
3.10.3 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.
3.10.4 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.
3.10.5 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.
3.11 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:
3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.11.2 Inspection For Completeness And Proper Type.
3.11.3 Verification Of Material Quality Received.
3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.11.6 Identification And Protection From Improper Use Or Disposition.
3.11.7 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.
3.11.8 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.
3.11.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.12 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.
3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order.
3.13 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.
3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.14.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.15 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:
3.15.1 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.
3.15.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or
mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used
during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material
must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The
original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________
(name And Signature Of Auth. Co. Rep.)
3.15.3 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.
3.15.4 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.
3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.16 Material Handling - The Written Material Control Process Must Include The Following:
3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.16.3 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.
3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In
di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material.
3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.17 Receiving Inspection -
3.17.1 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.
3.17.2 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.
3.18 Discrepancy Reporting -
3.18.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To
the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government.
3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.19.1 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.
3.19.2 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.
3.19.3 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.
3.19.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address And Date.
2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12)
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic
(for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable).
5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed
satisfactorily.
9. Contractor's Or Authorized Personnel's Signature.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied
conforms To The Specified Requirements.
6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability,
Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock
- Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- May 16 2013 - Removed Gsi From This Material.
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date15 Jan 2025
Tender AmountRefer Documents
Province Of Surigao Del Sur Tender
Paints and Enamels
Philippines
Details: Description Pr # 2025-01-0055 1. 3 Gallon/s Red Primer 2. 1 Pint/s Tinting Color Black 3. 2 Piece/s Paint Tray 4. 2 Piece/s Paint Brush #1-1/2 5. 2 Gallon/s Rust Remover 6. 10 Piece/s 100mm Dia Pvc Pipes S1000 7. 3 Piece/s 100mm Dia Pvc Tee 8. 5 Piece/s 100mm Dia Pvc Elbow 90inches 9. 8 Piece/s 100mm Dia Pvc Coupling 10. 2 Can/s Pvc Solvent Cement 11. 46 Piece/s Pre-fabricated Prepainted Rib-type Roof-10 Inches Long 12. 1 Box/es Blind Rivets 13. 500 Piece/s Tex Screw 14. 10 Piece/s Stainless Steel Plain Sheet 0.80mm Thick 15. 10 Piece/s Prepainted Metal Plain Sheet 16. 15 Piece/s 50.0mmx50.0mmx5.0mm Thk. Angle Bar 17. 5 Piece/s 32.5mmx32.5mmx4.00mm Thk. Angle Bar 18. 35 Piece/s 25.0mmx25.0mmx2.0mm Thk. Angle Bar 19. 26 Kilo/s Welding Rod 20. 10 Piece/s Cutting Disc 21. 1 Piece/s Marine Plywood 1/2 22. 13 Piece/s Lumber 2x2x16 23. 5.67 Kilo/s Assorted Common Wire Nails 24. 35 Piece/s 50mmx75mmx1.2mm-6m C-purlins
Closing Date3 Feb 2025
Tender AmountPHP 295 K (USD 5 K)
Municipality Of Polomolok, South Cotabato Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction Of Covered Court @ Polotana Subd., Brgy Cannery Site -mo(0002) Item No. Qty Unit Description Of Articles Of Materials 1 1 Lot Supply Of Labor, Materials, Tools, Equipments And Other Incidental Expenses Necessary To Complete The Project For The "construction Of Covered Court @ Polotana Subdivision, Brgy. Cannery Site", Polomolok, South Cotabato. Item No. / Scope Of Works / Quantity - Unit B.9 Mobilization And Demobilization 1.00 L.s B.5 Billboard 1.00 Each 803(1)a Structure Excavation (common Soil) 195.75 Cu.m 804(1)a Embankment From Structure Excavation 127.66 Cu.m 804(4) Gravel Fill 2.34 Cu.m 900(1)c1 Structural Concrete 16.83 Cu.m 902 Reinforcing Steel 1.00 Lot 903(1) Formworks And False Works 1.00 Lot 1013 (2) A1 - Fabricated Metal Roofing Accessory (ridge Roll) 25.96 Ln.m 1014 (1) B2 Prepainted Metal Sheets (0.40mm) Rib-type 901.44 Sq.m 1027 (1) Cement Plaster Finish 54.60 Sq.m 1032 (1) A Painting Works (masonry/concrete) 58.80 Sq.m 1032 (1) C Painting Works (steel) 1.00 Lot 1047 (2) A Structural Steel (trusses) 1.00 Lot 1047 (2) B Structural Steel (purlins) 1.00 Lot 1047 (2) A Structural Steel (strut) 1.00 Lot 1047 (3) A Metal Structure Accessories (anchor Bolt) 84.00 Each 1047 (3) C Metal Structure Accessories (turnbuckle) 36.00 Each 1047 (4) Metal Structure Accessories (cross Bracing) 1.00 Lot 1047 (7) B Metal Structure Accessories (sagrods) 1.00 Lot 1047 (5) Metal Structure Accessories (steel Plates) 1.00 Lot
Closing Date6 Jan 2025
Tender AmountPHP 2.5 Million (USD 43 K)
Department Of Agrarian Reform - DAR Tender
Machinery and Tools
Philippines
Details: Description Rice Reaper/ Harvester/ Brush Cutter - 4 Units @ 30,000.00 Technical Specifications: 1. Engine Power Minimum Of 3.0 Hp 4 Strokes 2. Fuel: Gasoline 3. Cutting Width - 10-12 Inches (25-30 Cm) 4. Blade Type - Hardened Steel - Straight Blade Or Circular Saw Like Blade 5. Handle Design - Loop Handle Design Or Bike Handle Design For Better Control And Ease Of Use 6. Harness 7.warranty: Minimum Of One (1) Year. Ø The Manufacturer / Distributor / Dealer Shall Issue A Warranty Certificate To The Buyer. Warranty Against Defective Materials And Workmanship Shall Be Provided For Parts And Services Except For Normal Wear And Tear Of Expendable Or Consumable Maintenance Parts Ø The Manufacturer / Distributor / Dealer Shall Be Capable Of: • Supplier’s Technicians Who Should Be Available On The Scheduled Inspection Within Two Weeks After Delivery • Supplying The Services Of Mechanic/ Technical Personnel Free Of Charge For Replacing Parts Under Warranty To Put The Unit In Running Condition During The Warranty Period. • Providing Services On Repairs After Warranty Period At Reasonable Cost; . -supplier’s Fabricating Shop/service Centers Must Be Within The Province Of Zamboanga Del Sur. Ø - To Be Delivered To Gawil, Kumalarang, And Kawayan, Guipos, This Province. Ø Delivery Period: 45 Calendar Days From Issuance Of Purchase Order; Ø Payment: Payment Shall Be Made After The Manufacturers/ Distributors/ Dealers Completed The Delivery And Done Actual Demonstration Of The Unit. Ø The Unit Shall Be Labeled With A Reflectorized/ Laminated Dar Logo And The Words Dar-crfpsp In Long Bond Paper Size Ø To Be Delivered To Gawil, Kumalarang, Kawayan, Guipos And Balong Balong, Pitogo All In This Province. Ø Delivery Period: 45 Calendar Days From Issuance Of Purchase Order; Ø Payment: Payment Shall Be Made After The Manufacturers/ Distributors/ Dealers Completed The Delivery And Done Actual Demonstration Of The Unit. Ø The Unit Shall Be Labeled With A Reflectorized/ Laminated Dar Logo And The Words Dar-crfpsp In Long Bond Paper Size
Closing Date29 Jan 2025
Tender AmountPHP 120 K (USD 2 K)
Municipality Of Kolambugan, Lanao Del Norte Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description The Local Government Unit Of Kolambugan, Lanao Del Norte Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein-mentioned Project: Name Of Project Installation Of Roads Flaglets Location Of The Project Kolambugan, Lanao Del Norte Brief Description Installation Of 3,300 Fabricated Molded Concrete Base And Flaglets Stick Along National Road From Barangay Kulasihan To Simbuco Approved Budget Cost Php 1,000,000.00 Source Of Funds Mmo-capital Outlay & Other Structure Cy 2025 Delivery Period 30 Cd Implementation Procedure By Contract Sealed Bids On The Single Copy To Be Received By January 30, 2025 At 10:00 O’clock In The Morning At The Mbo Conference Room, Kolambugan Government Complex: Item Item (scope Of Works) Qty. Unit Total Estimated Cost 1 Concrete And Painting Works 3300 Units 1,000,000.00 Total 1,000,000.00 Interested Bidders May Secure The Set Of Bidding Documents Upon Payment Of A Non-refundable Fee In The Amount Of Php1,000.00 To Be Paid At The Municipal Treasurer’s Office, Lgu-kolambugan, Lanao Del Norte Bids Must Be Delivered In Person By The Bidder’s Representatives Who Choose To Attend During The Bidding At The Address Above On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Late Bids Shall Not Be Accepted The Bids And Award Committee Of This Municipality Reserves The Right To Reject Any Of All Bids, Waive Any Formal Defects On The Bids Which Is Unbalanced, Particularly In The Major Pay Items, The Right To Reject The Bid Of Any Bidders Who Were Pre-qualified On The Basis Of Suppressed Or False Information. The Bids And Award Committee Of This Municipality Assumes No Obligation Whatsoever To Compensate Or Indemnify For The Preparation Of Their Bids Nor Does It Guarantee That The Award Will Be Made. For Further Information, Please Refer To: Sheryl S. Alfarero Head Bac Secretariat Earl B. Columnas Mbo Bac Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
City Of Pagadian Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction Of Police Outpost At Barangay Danlugan , Pagadian City 1saip24-8000rf-c-q Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 1.00 Part Ii Civil Works Part A Earthworks 803(1)c Structure Excavation (hard Rock) Ls 5.55 804(4) Gravel Bedding M3 3.81 Part B Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete (for Slab On Fill, Class A, 28 Days) M3 7.06 900(1)c2 Structural Concrete For Footings (class A, 28 Days) M3 1.42 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 1.09 900(1)c6 Structural Concrete For Beams/girders, (class A, 28 Days) M3 2.28 902(1)a Reinforcing Steel Of Reinforced Concrete Structures Kg 947.69 902(1)a1 Reinforcing Steel Works (slab On Fill) Kg 103.60 903(1) Formworks And Falseworks (for One-storey Building) M2 12.00 Part C Masonry Works 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 84.12 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 0.52 Part D Ceiling Works 1003(1)a 4.5mm Fiber Cement Board On Metal Frame Ceiling M2 53.65 Part E Roof Framing And Roofing Works 1013(2)a1.a Plain Metal Sheets (ridge Roll) M 0.65 1013(2)a2 Fabricated Metal Roofing Accessory (hip Roll) M 20.80 1013(2)a3 Fabricated Metal Roofing Accessory (flashing) M2 8.70 1013(2)c Fabricated Metal Roofing Accessory (gutter) M 29.00 1014(1)b1 Prepainted Metal Sheets (corrugated, Long Span, 0.50mm Thk) M2 57.75 1047(2)a Structural Steel Roof Framing Kg 107.84 1047(2)c1 Structural Steel Purlins (2"x3") Kg 167.96 Part F Farbricated Materials 1008(1)c Aluminum Glass Window (awning Type) M2 0.72 1009(1)a Jalousie Window (glass) M2 8.40 1010(2)b Wooden Panel Door M2 1.68 Part G Painting Works 1032(1)c Painting Works (metal Painting) M2 66.41 Part H Septic Tank And Plumbing Works 1001(8) Sewer Line Works Ls 1.00 1002(4) Plumbing Fixtures & Accessories Ls 1.00 1002(24) Cold Water Line Pipes And Fittings Ls 1.00 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 - Part I Electrical Works 1100(10) Conduits, Boxes, And Fittings Ls 1.00 1101(33) Wires And Wiring Devices Ls 1.00 Part J Riprap And Embankment 103(1)c Structure Excavation (hard Rock) M3 74.71 404(1) Reinforcing Steel Bar, (footing Of Concrete Lining/riprap) Kg 314.50 405(1) Structural Concrete, Class A -28 (concrete Lining/ Riprap Footing) M3 25.05 505(5) Grouted Riprap, Class A M3 114.70 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-03 Name Of Contract: Construction Of Police Outpost At Barangay Danlugan , Pagadian City 1saip24-8000rf-c-q Approved Budget For The Contract -p 1,371,870.02 Completion Of Work -60 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 13, 2025 To January 20, 2025 2-issuance And Availability Of Bidding Documents January 13, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 1,400.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 13, 2025 To January 20, 2025
Closing Date20 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Repost:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 5 June 2024 Closing Date: 5 July 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 5 July 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
original Posting:
n00164-24-s-nb66 – Request For Information – Test, Evaluation, Repair, Modification & Upgrade Of Electronic Warfare Systems, Fsc: 5865, Naics 336413
issue Date: 4 April 2024 Closing Date: 3 May 2024 - 3:00 Pm Edt
this Synopsis Is Being Posted To The Sam.gov Contract Opportunities Page Located At Https://sam.gov/content/opportunities. Sam.gov Contract Opportunities Is The Single Point Of Entry For Posting Of Synopsis And Solicitations To The Internet. Please Feel Free To Use This Site To Access Information Posted By Nswc Crane.
request For Information (rfi) / Sources Sought - The Government Is Issuing This Rfi/sources Sought Announcement As Part Of A Market Research Effort On Behalf Of Crane Division, Naval Surface Warfare Center (nswc Crane) And Is Seeking Information For Market Research Purposes Relative To Capabilities Available To Support The Test, Evaluation, Repair, Modification, And Upgrade Of Prime Mission Equipment Weapon Replaceable Assemblies (wras), Shop Replaceable Assemblies (sras), And Components Utilized In Electronic Warfare Systems Associated With The Ea-18g Growler And P-8a Poseidon Aircraft, As Well As Other Related Platforms.
the Purpose And Objective Of This Announcement Is To Find Highly Qualified Repair And Testing Facilities With Expertise In The Following Areas:
testing And Repair Of Radio Frequency (rf), Digital, Analog Assemblies And Ac/dc Power Supplies Utilizing Manual And Automated Test Stations.
repair Of Chassis Assemblies, Wiring Harnesses, Harness Fabrication And Re-wiring And Testing Chassis Assemblies.
component Replacement On Weapons Repairable Assemblies (wras) And Shop Replaceable Assemblies (sras) Utilizing Approved Soldering Procedures And Equipment (to Include Surface Mount, Thru-hole, Wiring, Connector Replacement, Etc.).
maintain, Calibrate, Repair, Modify Vendor/government Provided Manual & Automated Test Equipment To Ensure Continued Operational Use
performing Prime Mission And Peculiar Support Equipment System Modification And Upgrades Per Provided Procedures.
evaluation, Rebuild And Testing Of Various Rf Waveguide And Antenna Assemblies.
utilize Vendor/government Provided Test Equipment To Conduct Repairs Of Radio Frequency (rf), Digital, And Analog Assemblies; Ac/dc Power Supplies; And Rf Waveguide And Antenna Assemblies.
cable Manufacturing, Including Radio Frequency (rf) Lines, Interface Devices And/or Wiring Harness Assemblies.
additionally, The Purpose Of This Announcement Is To Receive Feedback From Industry On Specific Market Research Questions, In Order To Support A Potential Procurement Associated With The Test, Evaluation, Repair, Modification, And Upgrade Of Electronic Warfare Systems.
interested Parties Are Strongly Encouraged To Submit An Initial Synopsis (commonly Referred To As “white Paper”). This White Paper Should Not Exceed 20 Pages Written (times New Roman, 12 Font) Or Ms Powerpoint Slides, (excluding Supporting Information Such As Commercial Literature, Catalogues, Manuals, Vendor’s Current Equipment List, Responses To Government’s Market Research Questions, Etc.), With An Executive Summary (one Page Or Less) On Their Capabilities, As Well As Responses To The Government’s Market Research Questions (noted In Attachment 1 To This Rfi). A Draft Statement Of Work And Sow Appendix A Is Provided To Aid Interested Sources In Understanding The Scope Of Work That May Be Executed Under This Potential Procurement.
the Closing Date For Receipt Of Comments/submission Of “white Papers” On This Rfi Is 3 May 2024.
contractors Must Be Properly Registered In The Government System For Award Management Database (sam). Contractors May Obtain Information On Sam Registration And Annual Confirmation Of Requirements By Calling 1-866-606-8220, Or Via The Internet At Www.sam.gov.
this Announcement Does Not Constitute An Invitation For Bids (ifb), A Request For Quote (rfq), Or A Request For Proposal (rfp) And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract. The U. S. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement. Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed. Any Information Provided That Is Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-government Personnel And Entities. The Government May Elect To Visit, Or Host A Visit, From Any Potential Sources Following The Market Survey. Your Interest In This Program Is Appreciated.
your Interest In This Program Is Appreciated.
responses From Small And Small Disadvantaged Business Firms Are Highly Encouraged. Firms Responding Should Indicate If They Are A Small Business, A Socially And Economically Disadvantaged Business, 8(a) Firms, Historically Black Colleges Or Universities, And Minority Institutions.
responses To The Rfi Shall Include The Following:
submitter's Name
street Address, City, State, Nine (9) Digit Zip Code
point Of Contact (poc)
poc Telephone And Facsimile Numbers
announcement Number: N00164-24-s-nb66
all Interested Parties Should Provide The Requested Information Regarding This Announcement No Later Than 1500 Edt On Or Before The Closing Date As Specified At The Beginning Of This Solicitation, At The Naval Surface Warfare Center, Crane Division. White Papers May Be Submitted Any Time Prior To Expiration Of This Announcement. Responses Received After 1500 Edt On The Closing Date May Not Be Considered In The Government's Analyses.
all Information Received In Response To This Notice That Is Marked Proprietary Will Be Handled Accordingly. Nswc Crane Makes No Implied Or In Fact Contracts By Issuing This Rfi. Acknowledgement Of Receipt Of Responses Will Not Be Made, Nor Will Respondents Be Notified Of The Nswc Crane’s View Of The Information Received. Do Not Send Any Material That Requires A Non-disclosure Agreement Or Identify Information That Is Business Sensitive. Responses To This Notice Will Not Be Returned. All Information Provided Becomes U.s. Navy Property And Will Not Be Returned. Your Interest In This Response Is Appreciated.
electronic Or Hard-copy Submissions Will Be Reviewed If Received By The Closing Date And Time. Electronic Submissions Regarding This Announcement May Be Directed To Mr. Robert Knelly, Phone: (812) 854-2887, E-mail: Robert.g.knelly.civ@us.navy.mil . Hardcopy Submissions Should Be Mailed To The Following: Mr. Robert Knelly, Code Wxsq, Bldg. 3330c, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001. If It Is Urgent, Submissions Can Also Be Directed To Ms. Kathryn Muessig, Phone: (812) 381-7158, E-mail: Kathryn.m.muessig.civ@us.navy.mil. Mailing Address: Code 0242, Bldg. 3373, Navsurfwarcendiv Crane, 300 Highway 361, Crane, In 47522-5001.
please Refer To Announcement Number N00164-24-s-nb66 In All Correspondence And Communication.
Closing Date6 Jan 2025
Tender AmountRefer Documents
2711-2720 of 2899 archived Tenders