Fabrication Tenders

Fabrication Tenders

Department Of Public Works And Highways Tender

Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot 1 - C-0113-0374-24 Repair Improvement Of Pabx Room, Ground Floor, Main Building I. Carpentry (ceiling) 1 Metal Furring Channel 0.6m X 19mm X 50mm X 5m 22 Pcs 2 Metal Furring 0.6m X 12mm X 38mm X 5m 10 Pcs 3 W-clip 30 Pcs 4 Wall Angle 0.6m X 25mm X 25mm X 2.4m 10 Pcs 5 Blind Rivets 1/8 ꬾ X 1/2" 1000pcs/box 1 Box 6 1" Black Screw, Pointed, 500pcs/bag 3 Bags 7 9mm Thk. 4' X 8' Gypsum Board 7 Pcs 8 Riveter, Good Quality 1 Set Ii. Painting A. Ceiling 9 Flat Latex, White, Pq 2 Gallon 10 Boral Powder, 25kilos/ Bag 1 Bag 11 No.100 Sanding Paper 2 Meters 12 4" Paint Roller W/ Tray 1 Set 13 2" Paint Brush 1 Pc B. Wall 14 Semi Gloss Latex, White Pq 2 Gal 15 Hanza Yellow, Achre Color 1 Pint C. Roof Deck 16 Thoroseal, Water Proofing 2 Gals 17 4" Paint Brush 2 Pcs 18 Steel Brush W/ Handle 2 Pcs Iii. Fabrication Of Wooden Cabinet A. Carpentry 19 3/4 Thick 4' X 8' Marine Plywood 5 Pcs 20 1/4 Thick 4' X 8' Marine Plywood 2 Pcs 21 1/2" X 1" X 10' Wood Edging 15 Pcs 22 Stickwel Glue 1 Qrt 23 2" X 4" X 6' Kd Good Lumber 3 Pcs 24 2" Finishing Nail 1 Kg 25 1 1/2 " Finishing Nail 1 Kg 26 4" Pull Handle Stainless 5 Pcs 27 Drawer Guide 18" Heavy Duty Hydraulic 2 Sets 28 Heavy Duty Drawer Lock 2 Pcs 29 No. 3 Concealed Hinges 2 Pcs B. Painting 30 Flat Enamel 2 Gals 31 Q.d.e Odorless, Water Base 2 Gals 32 Poly Tuff W/ Hardener 1 Qrt 33 Paint Thinner 2 Gals 34 No. 100 Sand Paper 1 Meter 35 No. 280 Sand Paper 3 Pcs 36 Stopa Rags, 6" 1 Kl 37 2"paint Brush 1 Pc 38 Achre Color Hanza Yellow/bulletin Red 2 Pint Iv. Electrical 39 Emergency Light, Rechargeable Twinhead Led, 230v, 60hz, 2heads (24 X 0.60 Watts, Led), 6v, 4.5ah Sealed Lead Acid Battery, External Safety Fuse And Battery Test Switch 1 Unit 40 Recessed Type Led Panel Light, 18 Watts, Daylight, 230v, 60hz, Square Type 15 Sets 41 Duplex Convenience Outlet, Wide Series Parallel Slot, Universal 16a, 250vac 1 Set 42 3.5 Mm² Thhn Electrical Wire, Stranded, Black 1 Box 43 20mm Dia. Pvc Pipe / 3mtr 10 Pcs 44 20mm Elbow Pipe 6 Pcs 45 20mm Adaptor With Locknuts 35 Pcs 46 Utility Box (pvc) 4" X 2" X 2" 5 Pcs 47 Junction Box (pvc) 4" X 2" X 2" 18 Pcs 48 Flexible Hose 1/2" Pvc 20 Meters 49 Electrical Tape, Big, 8' Black Color 5 Pcs 50 One Gang Switch, Wide Series, Parallel Slot, 230 Vac 1 Set 51 Three Gang Switch, Wide Series, Parallel Slot, 230 Vac 1 Set Subtotal Lot 2 - C-0113-0385-24 Improvement Of Storage And Pantry Area At Icc Building, 5th Fl. Ims A. Carpentry Works: 1 Wall Angle 0.6mm X 25mm X 25mm X 2.4m 7 Pcs 2 Metal Furring 0.6mm X 19mm X 38mm X 5m 30 Pcs 3 Carrying Channel 0.6mm X 19mm X 50mm X 5m 7 Pcs 4 Riveter, Heavy Duty, Good Quality 1 Pc 5 Screw Adapter 1 Pc 6 Drill Bit 1/8" ꬾ 10 Pcs 7 Diamond Tile Cutter, Blade 4" ꬾ 1 Pc 8 W-clip 100 Pcs 9 Hardiflex, 4.5mm Thk X 4' X 8' 14 Pcs 10 1" Black Screw, Pointed, 500pcs/box 1 Box 11 Blind Rivets, 1/8 ꬾ X 1/2, 1,000 Pcs/box 2 Boxes 12 Cutting Disc For Metal 5 Pcs B. Masonry Works: 13 Ceramic Floor Tiles 40 X 40 (approved By The End-user, Colored Texture) 145 Pcs 14 Tile Adhesive 5 Bags 15 Cement 15 Bags 16 Sand Bistay 100 Bags 17 Tile Grout, 2kg/bag 3 Bags 18 Empty Sacks For Debris 50 Pcs 19 Cutting Disc, 4" For Tiles, Good Quality 2 Pcs C. Painting Works: 20 Flat Latex Paint, White, Premium Quality 1 Pail 21 Semi-gloss Latex, White, Premium Quality 1 Pail 22 Acri-color, Raw Sienna 1 Qrt 23 Acri-color, Lamp Black 1 Qrt 24 Paint Roller With Tray, 9" 1 Set 25 Paint Brush, 2" 1 Pc 26 Boral Powder 1 Bag 27 Sanding Paper #100 2 Mtrs 28 Sand Paper #280 Waterproof 12 Pcs D. Supply And Delivery Of Steele Shelve 29 Prepainted Metal Shelve W/ Hole Nut & Washer (see Attached Plan) 4 Sets 1.02mm Thk. (gauge 18) 1m X .40m X 1.80cm Assembled Slotted Metal Rack Heavy Duty Standard (gray) E. Electrical Works 30 Panel Light 18watts, Led, M Daylight, 1800lm, 50,000 Hrs, 230vac, 8 Set 60hz, Square Type 31 Duplex Convenience Outlet, Wide Series Parallel Slot, Universal 16a, 250vac 7 Set 32 3.5mm2 Thhn Electrical Wire,, Stranded, Black 2 Box 33 Pvc Pipe 1/2" (orange) 10 Length 34 Pvc Elbow1/2" (orange) 6 Pcs 35 Flexible Hose 1/2" Pvc 100mtrs/roll 1 Roll 36 Junction Box (pvc) 4" X 4" X 2" Orange 12 Pcs 37 Utility Box (pvc) 4" X 4" X 2" Orange 15 Pcs 38 Three Gang Switch W/ Element 1 Set 39 One Gang Switch W/ Element 1 Set 40 Electrical Tape 8" (big) Black 5 Pcs 41 Emergency Lights Two (2) Led Lamps, 220vac, 60hz, Wall Mounted With 2 Unit Complete Accessories Total Amount (php) Please Specify Total Amount In Words (php) "terms And Conditions : " "1. All Entries Must Be Typewritten Or Legibly Written. " 2. Delivery Period Within 20 Working Days Upon Receipt Of The Approved Funded Purchase Order (p.o). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non- Delivery Without Valid Reason. "3. Warranty Shall Be For A Mininum Of One (1) Year For Equipment And Three (3) Months For Supplies From Date Of Acceptance " By The End-user. "4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. " "5. Philgeps Registration Number And Mayor's Permit Shall Be Attached Upon Submission Of The Quotation. " Dti /sec And Latest Tax Clearance Shall Be Submitted Before The Award Of Purchase Order (p.o.). 6. To Establish Financial Capability, Bidders May Attach/includenin Its Quotation A Commited Line Of Credit (clc) Equivalent To 10% Of The Abc, From A Commercial Or Universal Bank. 7. Bidders Must Qoute For All Of The Items And Shall Submit A Proposal On Each Item And Evaluation And Award Of Contract Will Be Undertaken On A Lump Sum Basis. 8. Any Erasure, Correction Or Alteration Made By The Bidders In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification. 9. The Dpwh 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. " "10. Please Indicate The Brand And Model For Each Items Being Offered. " "medmier G. Malig Assistant Secretary For Technical Services And Information Management Service Chairperson, Bac For Goods "
Closing Date15 Jan 2025
Tender AmountPHP 217.8 K (USD 3.7 K)

Municipality Of Don Victoriano Chiongbian, Mis Occidental Tender

Security and Emergency Services
Philippines
Details: Description Invitation To Bid The Local Government Unit Of Don Victoriano, Misamis Occidental Through Its Bids And Award Committee (bac), Invites Suppliers / Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Installation Of Additional Cctv To Municipal Site Source Of Funds : Realignment Of 2021-2023 Mdrrm Fund Approved Budget For The Contract : Php 350,000.00 Id Number Project Name Brief Description Abc Delivery Schedule Dv-2024- G50 Installation Of Additional Cctv To Municipal Site 1 Pc • 4mp Hd Intelligent Lighthunter Ir Fixed Bullet Networkcamera • High Quality Image With 4mp, 1/3"cmos Sensor • 4mp (2688*1520)@ 30/25fps; 4mp (2560*1440)@ • 30/25fps; 3mp (2304*1296) @30/25fps; 2mp (1920*1080) @30/25fps; • Ultra 265, H.265, H.264, Mjpeg • Smart Intrusion Prevention, Include Cross Line, Intrusion, Enter Area, Leave Area Detection • Based On Target Classification, Smart Intrusion Prevention Significantly Reduce False Alarm Caused By Leaves, Birds And Lights Etc., Accurately Focus On Human And, Motor Vehicle And Non-motor Vehicle • Intelligent People Flow Counting And Crowd Density Monitoring • Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment • 120db True Wdr Technology Enables Clear Image In Strong Light Scene • Support 9:16 Corridor Mode • Built-in Mic • Smart Ir, Up To 40m (131ft) Ir Distance Supports 256 G Micro Sd Card • Ip67 Protection • Support Poe Power Suppl Environment • 120db True Wdr Technology Enables Clear Image In Strong Light Scene • Support 9:16 Corridor Mode • Built-in Mic • Smart Ir, Up To 40m (131ft) Ir Distance Supports 256 G Micro Sd Card 3 Pcs • 4mp 25x Lighthunter Network Ptz Dome Camera • High Quality Image With 4mp,1/2.8" Cmos Sensor • 2688*1520@30fps In The Main Stream • Ltra 265, H.265, H.264, Mjpeg • 25x Optical Zoom • Lighthunter Technology Ensures Ultra-high Image Quality In Low Illumination Environment • Smart Ir, Up To 100m (328ft) Ir Distance • C 12v±25% Or Poe+ (ieee 802.3at) • Alarm 2 In And 1 Out, Audio 1 In And 1 Out • Ip67 Ingress Protection Ik10 Vandal Resistant 1 Box • Cat6 Outdoor Utp Lan Cable • 23awg With 4 Pairs Copper • Hdpe Insulation • Pvc + Pe Jacket • High Performance Network Cable • Can Be Used Indoor And Outdoor • Waterproof Cable • 305m Thicker Outer Layer 50 Pcs • Full-color Gold-plated Chip, Effectively Enhance Signal Transmission • Good Oxidation Resistance • Perforated Crystal Head, Fast Threading, Effectively Avoiding The Core Not Being Inserted In The End • High Strength Shrapnel, Good Flexibility Wire Hole: 1.0mm 4 Pcs • Vertical Mount Right Angle Reinforcing Plate Metal Steel Universal Ptz High Speed Cctv Dome Camera Bracket Adapter Plate • Dimension: 155mm(h) X 100mm (w) • Plate Net Weight: 321g Color: White 4 Pcs • Omni Convenience Outlet 4 Gang (wso-004) 4 Pcs • Original Regular Plug • 10a 250v • Polycarbonate Material • Protection Against Uv And Fading • High Impact Resistance • Flame Retardant High Heat Resistance (up To 120c) 4 Pcs • High Quality And Brand New. • It Has A Press On Cover And Is Ideal When Mounting Small Electrical Items Such As Cctv Camera Terminations, Transformers And Terminals. • Good Sealing Performance, Effectively Prevent Dust And Water From Entering. Offer A Simple Low-cost Solution For General Installation Use. • Color: White • Materials : Metal • Dimension : 280*190*100 Mm • Weight :0.98kg With Bracket 4 Pcs • 5× 10/100/1000 Mbps Rj45 Ports • With Four Poe+ Ports, Transfers Data And Power On One Single Cable • Works With Ieee 802.3af/at Compliant Pds • 802.1p/dscp Qos Enable Smooth Latency- Sensitive Traffic • Supports Poe Power Up To 30 W For Each Poe Port • Supports Poe Power Up To 40 W For All Poe Ports* • Plug And Play, No Configuration And Installation Required • Fan Quantity : Fanless • External Power Supply : External Power Adapter (output: 53.5 Vdc / 0.81 A) Packet Forwarding Rate : 7.44 Mpps 4 Pcs • Modulation And Demodulation Device • Fiber Type Single Mode • Connector Type Sc/upc • Application Ftth Fttb Fttx Network • Wavelength Tx 1310nm, Rx 1490nm • Rx Sensitivity <-28dbm (1490nm) • Fiber Port 1ge+3fe+wifi • Adaptor Eu, Us, Uk, Au,etc Firmware English Firmware 20 Pcs • Fiber Optic Quick Connector • Item Length:1m • Fiber Type:single Mode • Connector Type:sc/apc • Size:58mm • Certification:ce Diameter:0.9mm, 2.0mm, 3.0mm, Others 10 Rolls • Product Name : Ftth Self Supporting Butterfly Cable • Mode : Single-mode • Fiber : Single Core • Length : 1km • Brand New,high Quality • Connector Type : No Connector • Wavelength : 1310,1550 Nm • Telecom Network • Ethernet Network • Optic Communication Equipment • Low Fiber Insertion Loss<= 0.3 • Light Attenuation <= 0.3db • Return Loss >= 50db • There Are Scales On The Cable, Easy View Good Repeatability And High Stability • Minimun Bending Radius:3.8cm • Reinforcecd Phosphating Steel Wire • Low Light Decay,stable And Fast Transmission • Environmental Protection Material • Smooth Appearance,corrosion-resistant And Flame- Retardant,tensile And Durable • Ceramic Fiber Optic Ferrule • High Precision Cermic Ferrule,low Insertion Loss • Fast Transmission Speed When Connected To Fiber Optic Transceiver • Stable Transmission Without Freezing • Low-smoke Halogen-free Outer Skin • Long Use Time,wear And Corrosion Resistance • Fiber Optic Cable End Face Test,ensure That The Center Of The Circle Is Accurate Without Offset • Specifications : 9/125μm • Weight : 18/kg • Working Temperature: -30 - + 75 Storage Temperature: -40 - + 85 5 Length Galvanized G.i. Steel Pipe #3 Eagle With End Cap Connector/flange 1 Length Galvanized G.i. Steel Pipe #2 Eagle With End Cap 3 Gal Paint – Orange 2 Gal Paint – Blue 3 Length • Reinforcement Steel Bar (rsb) • Corrugated Bar • Deformed Bar / Rebar Sizes: 12mm 15 Pcs 2x2x10 Coco Lumber 1 Kl #4 Common Nails 3 Panels Solar Panel 500w 3 Pcs Solar Battery 50ah 3 Pcs 30a Inverter 300w Pure Sine Wave 3 Pcs Charge Controller 4 Bags Cement 1 Ls Transportation 1 Pack Solar Pv Power Accessories (holder, Clamp, Etc) And Fabrication Php. 350,000.00 7 Cd From The Receipt Of Ntp Prospective Bidders Should Have Experiences In Undertaking A Similar Project With In The Last 2 Years, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre- Bidding Conference(s), Evaluation Of Bids, Post- Qualifications And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Bac Activities Schedule 1. Posting Period / Advertisement January 10, 2025 2. Issuance Of Bid Documents January 10, 2025-february 3, 2025 ( Before 9:00 Am) 3. Pre-bid Conference January 20, 2025 At 9:30 Am 4. Deadline Of Submission Of Bid February 3, 2025 At 9:00am 5. Opening Of Bids February 3, 2025 At 9:30 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable On Amount Of Five Hundred Pesos (php 500.00) For Installation Of Additional Cctv To Municipal Site. The Local Government Unit Of Don Victoriano Assumes No Responsibility Whatever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information, Please Refer To: Juliet C. Nidoy Bac Chairperson Purok1, Don Victoriano Chiongbian Misamis Occidental Philippines 7216 Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 350 K (USD 5.9 K)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background the National Institute Of Standards And Technology (nist), Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities, Is Now Developing Imaging And Measurement Solutions For Integrated Circuit (ic) Overlay Metrology Using A Scanning Electron Microscope (sem). Ic Production Relies On Measurements Of The 3d Size, Shape, And Placement Of Structures With Atomic-level Precision And Repeatability. The Project Will Create A Sound Scientific Foundation And Comprehensive Solutions For Sem-based Overlay And Dimensional Metrology Superior To Currently Used Arbitrary Methods. This Will Allow The Design Of Overlay Patterns, Acquisition, And Image Analysis To Be Optimized Entirely Through Artificial Intelligence, Physics-based Simulation, And Modeling And Meet Ic Production Requirements Now And In The Future. nist Mnd Requires A Wafer Relevant To Current Ic Technologies Suitable For The Sem Overlay Measurements Of Cu Lines That Can Be Covered With Various Si Oxide Layers. Although This Sample Only Approximates The Complete Overlay Structure, It Can Be Used To Assess The Advantage Of Using The Physics Of Signal Generation Over Simplistic Methods That Are Not Based On A Physics Model. The Wafer Containing Many Full-size Chips Will Be Diced Into Individual Chips That Will Be Covered By Various Thickness Si Oxide Layers At Nist Nanofab. The Process Will Create A Set Of See-through Overlay Metrology Samples Needed For The Sem Overlay Metrology Project. nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: for The Sem Overlay Metrology Project, Nist Requires A 300 Mm Si Wafer Sample Of A Set Of Chips With Cu Damascene Patterns Suitable For Research And Development Efforts To Evaluate The Feasibility Of Physics-based Simulations And Ai-based Modeling As The Means To Improve The Performance Of Sem-based Overlay Metrology. 193 Nm Lithography Shall Be Used To Create The Overlay Metrology Patterns. It Is Also Advantageous, But Not Required To Place Other Than Overlay Dimensional Metrology Patterns On The Chips. All Chips Across The Wafer Shall Be Made Identical, Naturally Occurring Small Variations Due To Fabrication Processes Are Permitted. specifically, The Contractor Shall Provide One Wafer Containing At Least 12 Chips With The Following Overlay Metrology Parameters: 1. Cu Damascene Patterns With Box-in-box (bib), Image-based Overlay (ibo), Advanced Imaging Metrology (aim) Grating Patterns, And Hitachi-type Sem-based Overlay (sbo). Pattern Design Can Be Found In Pertinent Public Literature; See, For Example, [1] Or Elsewhere. 2. Sets Of Varying Size Bib, Ibo, Aim And Sbo Overlay Metrology Patterns Must Be Included In The Less Than 150 Mm To Smaller Than 50 Mm Range. 3. Overlay Patterns With Intentional, Small, Close To 1, 2, 5, And 10 Nm Variations Of Known Overlay Offsets (shifts) Must Be Provided. 4. The Wafer Must Be Covered With A Protective Layer To Safeguard The Integrity Of The Cu Patterns. 5. A Gdsii-based Map With Pattern Locations And Properties (size, Type, Offset, Etc.) Identification Must Be Provided. 6. Documentation About The Wafer Material, Dopant Type And Concentration, And The Patterning Process Shall Be Provided. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!
Closing Date8 Jan 2025
Tender AmountRefer Documents 

FEDERAL ACQUISITION SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Extension To Rfi Response Due Date: the U.s. General Services Administration (gsa) Is Extending The Submittal Date To No Later Than 5:00 Pm Cst On Friday, January 31, 2025, For Gsa’s Receipt Of Written Responses And Questions To The Subject Request For Information (rfi) 47qsha-24-r-3040. this Extension Is Granted At Industry’s Request To Afford Respondents With Adequate Time To Provide Gsa With All The Requested Information, Including The Information Requested In The Attached Rfi Spreadsheet - Gsa Container Program. ________________________________________ the U.s. General Service Administration (gsa), Facilities And Hardware Supply Chain Management Contracting Division, General Supplies And Services (gss) Is Issuing A Request For Information (rfi) As Defined In The Federal Acquisition Regulation (far) 15.201(e) To Identify Parties Having An Interest In And The Resources To Support This Requirement For Security Containers For The Department Of Defense (dod) And Civilian Agencies. Any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal (rfp) Or A Request For Quote (rfq), Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. The Government Does Not Intend To Award A Contract On The Basis Of Responses From This Rfi Or Pay For The Preparation Or Use Of Any Information Submitted. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only. Not Responding To This Rfi Does Not Preclude Participation In A Future Solicitation, If Any Is Issued. The Rfi Will Be Posted To The Government-wide Point Of Entry (gpe) Via Sam.gov To Gather The Maximum Amount Of Market Research And Information Gained Will Be Utilized Within Gsa To Facilitate The Decision-making Process And To Make Appropriate Acquisition Decisions. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is Naics 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, Which Includes Metal Safes And Vault Door Manufacturing. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. At This Time, Telephone Submissions Will Not Be Accepted Or Acknowledged And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. gsa Requests Feedback And Questions With Regard To This Rfi. Written Responses And Questions Must Be Provided No Later Than 5:00 Pm Cst On Friday, January 24, 2025 And Must Be Submitted To Theresa.cox@gsa.gov And Amanda.foley@gsa.gov. Verbal Feedback And Questions Will Not Be Accepted. All Emails Must Include The Following For The Subject Line: 47qsha-24-r-3040, Rfi. Insert Company Name. please Ensure That You Answer Every Question Listed Below In The Rfi Spreadsheet And Questionnaire To The Best Of Your Ability. If The Question Is Not Applicable To Your Company Please Indicate N/a For That Question. If You Do Not Know The Answer, Please Indicate As Such In Response To The Question. We Ask That You Provide More Than Just A “yes” Or “no” Answer, If Possible. Your Detailed Response To This Questionnaire Will Help Shape This Acquisition And Make It More Thorough And Concise. It Is Essential That Your Company Insert The Applicable Manufacturer Part Number For Each Nsn On The Attached Spreadsheet. please Add All Responses Typed In Blue Ink To The Attached Rfi Questionnaire. Please Return The Following: rfi Questionnaire rfi Spreadsheet any Other Applicable Documents You Have Created To Answer The Questions.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

MUNICIPALITY OF SAN ENRIQUE, ILOILO Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Materials And Supplies For The Proposed Improvement Of Brgy. Gym At Brgy. Garita, San Enrique, Iloilo. Item No. Quantity Unit Item/ Description 1 200 Pcs Bamboo Pools 2 6 Pcs 6mmx4x8 Marine Plywood 3 150 Pcs 2x2x8 Good Lumber 4 5 Kgs 4'' Cwn 5 5 Kgs 1-1/4'' Cwn 6 30 Kgs #16 Gi Tie Wire 7 80 Bags Portland Cement 8 8 Cu.m. Washed Riversand 9 4 Pail Latex Paint Flat White 10 5 Pail Latex Paint Semi Gloss 11 25 Bags Skim Coat (25kgs) 12 9 Liter Latex Tinting Color 13 6 Pcs 7'' Roller Brush 14 6 Pcs 9'' Roller Brush 15 10 Pcs 3'' Paint Brush 16 6 Pcs 2'' Paint Brush 17 6 Pcs Paint Tray 18 10 Pcs 1/4''x2-1/2''x2-1/2'' Angle Bar 19 28 Pcs 1/4'' X 1'' X 1'' Angle Bar 20 20 Pcs 1/4'' X 1 Flat Bar 21 20 Kgs 3/32'' Welding Rod 22 2 Box 4'' Cutting Disc 23 4 Gal Metal Primer 24 4 Gal Paint Thinner 25 39 Pcs 4mmx8''x Fabricated Gutter 26 39 Pcs 4mm3x8x Prefabricated Flushing 27 1 Box 4'' Cutting Disc 28 180 Mtrs Stranded Cu. Wire #3.5mm2 29 50 Mtrs Stranded Cu. Wire #8mm2 30 12 Sets Led Floodlight 50w 31 1 Sets Panel Board 32 12 Pcs Flexible Pvc Connector .20mm Dia. 33 90 Mtrs Flexible Pvc Conduit .20mm Dia. 34 60 Pcs Pvc Clamp, 20mm. Dia. 35 6 Length Pvc Conduit, 20mm. Dia. 36 5 Pcs Pvc Clamp, 25mm. Dia. 37 3 Length Pvc Conduit, 25mm. Dia. 38 1 Pcs Pvc Elbow, 25mm. Dia. 39 1 Pcs Service Entrance Cap. 40 15 Pcs Metal Junction Box 41 1 Lot Metal Pullbox 42 1 Lot Hangers And Supports 43 1 Lot Oles (solvents Cable Tie, Hacksaw, Blade, Ele Guide Wires, Anchor, Cable Ties Etc.) 44 3 Cu. M. 3/4'' Screened Gravel 45 20 Pcs 16mm.dia. X 6mrsb 46 25 Pcs 10mm.dia.x6mrsb Approved Budget For The Contract: Php. 387,800.00
Closing Date5 Feb 2025
Tender AmountPHP 387.8 K (USD 6.6 K)

BARANGAY SAGRADA, PILI, CAMARINES SUR Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Rehabilitation And Improvement Of Multi-purpose Building/hall The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Two Million Four Hundred Twenty Thousand Pesos (p2,420,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rehabilitation And Improvement Of Multi-purpose Building/hall. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The Rehabilitation And Improvement Of Multi-purpose Building/hall Is Required One Hundred Twenty Days (120 Day). Bidders Should Have Completed, Within 2 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 2:00 P.m. At The Session Hall, Barangay Sagrada, Pili, Camarines 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. The Local Government Unit Of Sagrada, Pili, Camarines Sur 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. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 11.42 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 5 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 2 M3 Boulder (apple Size) 3 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 19.91 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 21 M3 G 3/4 "crushed Gravel 12 M3 Albay Sand 185 Bags Portland Cement 40 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 3,491.67 Kgs. A. Labor 1 Construction Foreman 5 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 125 Pcs. 10mm Ø Rsb 158 Pcs. 12mm Ø Rsb 185 Pcs. 16mm Ø Rsb 20 Pcs. 20mm Ø Rsb 135 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 3 Unskilled Laborer B. Equipment 5 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 25 Pcs. 1/4" Marine Plywood 1,200 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (0.90m X 2.10m) (installed) (see Plan For Details) 1 Set D5 - Steel Fire Exit Door (installed) (see Plan For Details) 1010(2)a Flush Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D2- 1/4" Thk. Marine Plywood Flush Door With 2" X 5" (installed) (see Plan For Details) 1007(1)b Aluminum Framed Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D3- 1/4" Thk. Tinted Tempered Glass On Powder Coated Alum. Framed Swing Door (installed) (see Plan For Details) 1043(2) Pvc Doors And Frames Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 6 Sets W2- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 3 Sets W3- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1 Set W5- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1 Set W6- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W4- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 59.75 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 23 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 69 Pcs. Double Metal Furring 22 Pcs. Carrying Channel 60 Pcs. Hanger Bars/rod 359 Pcs. Wall Clip 15 Pcs. Wall Angle 2 Box Blind Rivet (500pcs/box) 239 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Fabrication Of Conference Tables (60cm X 190cmx78cm High) 1 Pc. Fabrication Of Conference Tables (60cm X 200cmx78cm High) C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 73.02 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 959 Pcs. 100 Mm Thk Chb (non-load Bearing) 44 Bags Portland Cement 5 M3 Albay Sand 66 Pcs. 10mm Ø Rsb 9 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 269.94 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 95 Bags Portland Cement 13 M3 Albay Sand 1018(6) Textured Glazed Tiles Est. Qty. 12.60 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 83 Pcs. 400 X 400 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(3) Granite Tiles Est. Qty. 23.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 69 Pcs. 600 X 600 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 4 Bags Tile Grout (2kg.) 4 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(1) Glazed Tiles Est. Qty. 14.84 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 99 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 3 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 2.65 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 18 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 329.59 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Gal. Concrete Neutralizer 14 Gal. Concrete Sealer/primer 17 Gal. Patching Compound 17 Bags Skim Coat 8 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 2 Gal. Red Oxide Primer 16 Gal. Enamel Paint 9 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) C.6. Steel Works 1047(1) Structural Steel Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 2" X 4"x 6m Steel Channel 10 Pcs. 3/16" X 2" X 2" X 20' Angle Bar 25 Pcs. 1/8" X 1 1/2" X 2" X 20' Angle Bar 3 Pcs. 3/16" X 2" X 20' Flat Bar 23 Pcs. 2" X 4" X 20' Steel Purlins (1.5mm) 14 Kgs. Welding Rod Consumables ( 5 % Of Material Cost) C.7. Roofing Works 1013(1) Corrugated Metal Roofing Est. Qty. 55.04 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 20 Pcs. #26 X 1m X 5m, 5 Rib Type Roof (pre-painted) 10 Pcs. #26 X 8' Plain G.i. Gutters 15 Pcs. #26 G.i. Fascia, 8' 10 Pcs. 1/2" X 10" X 10' Hardi Senepa 2,000 Pcs. Metal Tekscrew 9 Boxes 1/8" Ø X 1/2" Blind Rivets 7 Box 3/16" Ø X 1/2" Blind Rivets 68 Mts. 10mm Thk. Insulation Roof Blanket 14 Pcs. P.g.i. Gutter Straps & Supports Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1002(4) Sanitary/ Plumbing Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Water Closets, Brauhm, White With Bidette And Complete Accessories 1 Set Lavatory, Brauhm Or Hcg, Counter Type White With Drain Accessories & Faucet & Supply Accessories 1 Set Urinal, White Hcg, Complete With Drain Accessories And Water Supply Fittings And Accessories. 2 Pc 4 X 4 Ss Floor Drins With Strainer 1 Pc Ss Faucet 1 Set 10" Exhaust Fan (ceiling Type) 1 Pc. 70cm X 80 Cm Facial Mirror 2 Rolls Teflon Tape 1001(9) Storm Drainage And Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 10 Pcs. 3"ø X 10" Pvc Pipe 12 Pcs. 3"ø X 45° Pvc Elbow 3 Pcs. 3"ø X 90° Pvc Elbow 18 Pcs. 3"ø Pipe Straps And Accessories 3 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent 1002(24) Waterline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 3/4"ø X 4m, Ppr Pipes, (#16) 4 Pcs. 1/2"ø X 4m, Ppr Pipes, (#16) 2 Pcs. 3/4"ø Gate Valve, Ppr 8 Pcs. 3/4"ø Elbow Ppr 15 Pcs. 1/2"ø Elbow Ppr 4 Pcs. 3/4" X 1/2" Ppr Tee Reducer 4 Pcs. 1/2"ø Ppr Threaded Tee 5 Pcs. 1/2" Ø Cap 3 Pcs. 3/4 X 1/2" Couplings 2 Liter Solvent 1001(8) Sewerline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4"ø X 3m Pvc Pipe 3 Pcs. 3"ø X 3m Pvc Pipe 4 Pcs. 2"ø X 3m Pvc Pipe 2 Pcs. 2"ø Ordinary P-trap With Clean Out 1 Pcs. 4"ø X 90° Pvc Elbow 2 Pcs. 4"ø X 45° Pvc Elbow 5 Pcs. 4"ø X 4"ø Pvc Tee 5 Pcs. 4"ø X 3"ø Coupling Reducer 5 Pcs. 3"ø Clean Out 1 Pcs. 4"ø X 2"ø Pvc Tee 3 Pcs. 4"ø X 3"ø Pvc Wye 3 Pcs. 4"ø X 4"ø Pvc Wye 3 Pcs. 2"ø X 2"ø Pvc Tee 8 Pcs. 2"ø X 2"ø X 90° Pvc Elbow 1 Pcs. 3"ø X 2"ø Pvc Tee 2 Pcs. 3"ø X 45° Pvc Elbow 2 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 60 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 10 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 42 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 24 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 150 M. 2.0mm² Thhn Wires, Stranded 100 M. 3.5mm² Thhn Wires, Stranded 60 M. 5.5mm² Thhn Wires, Stranded 30 M. 8.0mm² Thhn Wires, Stranded 3 Sets Single Pole Swtch With Plate 2 Sets 2-gang Switch With Plate 4 Sets 3-gang Switch With Plate 14 Pcs. Duplex Convenience Outlet, Grounding Type (unversal),240v 2 Pcs. Special Purpose Outlet, Grounding Type (unversal),240v Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 70 At, 2p, 230v Circuit Breaker 2 Sets 30 At, 2p, 230v Circuit Breaker 2 Sets 20 At, 2p, 230v Circuit Breaker 2 Sets 15 At, 2p, 230v Circuit Breaker 1 Set 8-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 5 Sets Chandelier, Small Type 12 Sets Pinlights, 3"ø 6 Watts, Dl 17 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 2 Sets Pinlights, 3 1/2"ø 14 Watts, Dl, Tiltable 4 Sets Pinlights, 11 Watts, Dl 4 Sets Cove Lights, 3m Long, Tri-color 3 Sets Wall Bracket Lights 2 Sets Emergency Lights F. Mechanical Works 1200(13) Airconditioning Est. Qty. 1 L.s. A. Labor B. Equipment C. Materials 1 Set 2.0hp Wall Mounted Type Inverter (installed) 1 Set 1.0hp Wall Mounted Type Inverter (installed) Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Closing Date29 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.2 K)

Municipality Of Sta cruz, Davao Del Sur Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Procurement Of 1 Lot Electrical Materials And Supplies For Installation Of Additional 50kva Distribution Transformer, Upgrading Of Service Entrance/main Circuit Breaker And Repair Of The Existing 50kva Transformer - 1st Posting (itb No. 03-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Education Fund For The 2025 Intends To Apply The Sum Of Three Hundred Fourty Thousand Four Hundred Ninety Pesos (php 340,490.00) Being The Abc To Payments Under The Contract For Procurement Of 1 Lot Electrical Materials And Supplies For Installation Of Additional 50kva Distribution Transformer, Upgrading Of Service Entrance/main Circuit Breaker And Repair Of The Existing 50kva Transformer - 1st Posting. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty Unit Of Issue Item Description Approved Budget For The Contract (abc) 1 1 Unit Distribution Transformer 50kva,13.2/7.620kv, 120/240v, 60hz. 1 Phase, Oil Immersed Pole Type 150,000.00 2 1 Set Fuse Cut-out And Arrester Combination, 15kv Bil 100a Capacity With Lighting Arrester 9-10 Kv Mcov 8,500.00 3 3 Pcs Fuse Link 6 Amperes 1,500.00 4 1 Unit Hot Line Clamp 100a Capacity 750.00 5 1 Set Transformer Hanger: 2 Mounting Bracket, 4 4,500.00 6 2 Sets Fabricated Secondary Rack, 3 Spools W/ Spool 1,600.00 7 120 Mts Thw Strd. Wire 100 Mm Sq. 132,000.00 8 4 Pcs Twin Bolt, Cooper 100 Mm Square 4,000.00 9 2 Pcs Twin Bolt, Cooper 200 Mm Square 2,400.00 10 1 Pc Entrance Cap 40mm Dia. 150.00 11 1 Length Rsc Pipe 40mm Dia 510.00 12 1 Pc Lock Nut & Bushing 40mm Dia. 70.00 13 1 Pc G.i Nipple 40mm X 5 120.00 14 2 Units Fabricated Secondary Rack, 2 Spools W/ Spool 1,400.00 15 110 Mts Service Drop Wire No. 4 12,100.00 16 1 Set Nema 1 Circuit Breaker Enclosure With 225a, 2p 12,000.00 17 5 Rolls Electrical Tape (big) 350.00 18 1 Roll Rubber Tape 150.00 19 10 Pcs Spool Insulator 400.00 20 2 Bags Portland Cement 600.00 21 2 Kls Tire Wire 16 200.00 22 2 Lengths Drb 12mm X 6m 480.00 23 6 Bags Coarse Sand 210.00 24 1 Length G.i Pipe 3 Inches Dia. S-40 3,800.00 25 1 Length Angle Bar 2x3/16 900.00 26 10 Pcs Cutting Disc 2 Metal 500.00 27 4 Kls Welding Rod Special 6013 800.00 28 1 Pc Paint Brush 2 50.00 29 1 Quart Aluminum Paint 350.00 30 2 Bot Lacquer Thinner 100.00 Total 340,490.00 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required At Fifteen (15) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 The Bac Secretariat Office At Old Municipality Of Sta. Cruz Hall Compound, Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Friday, January 24, 2025 From The Given Address Below And Website(s) 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 Five Hundred (php 500.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning Of Tuesday, February 4, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of Tuesday, February 4, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del 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 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. 10. For Further Information, Please Refer To: Ommi Kharzom L. Buat Bac Head Secretariat Bac Secretariat Office, New Municipal Hall Of Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Municipal Assessor
Closing Date4 Feb 2025
Tender AmountPHP 340.4 K (USD 5.8 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.18|wvp|4066|karen.palm@navy.mil| item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8||||||||| variation In Quantity (apr 1984)|3|5%|5%|total Of Item 0001aa| time Of Delivery (june 1997)|20|0001aa|40 Ft.|210 Days|||||||||||||||||| general Information-fob-destination|1|a/b| wide Area Workflow Payment Instructions (dec 2018)|16|stand Alone Receiving Report - Certifications, Combo, Receiving Report & Invoice - Material|inspection At Destination & Acceptance At Source - Material, Inspection At Destionation And Acceptance At Other - Cert ifications|tbd|n00104|tbd|n39040 - Certs, S4306a - Material|n50286|tbd|133.2|na|na|n39040 - Certs|na|na|see Dd1423|port_ptnh_wawf_notificatioin@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 Delivery|1 Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| small Business Program Representations (nov 2020)|4|326220|750||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (mar 2020)|13|326220|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x | 1. The Closing Date Is Extended To 16 Jan 2025. 2. The Nsn Is 4710-01-677-4626 L1 And The Correct Nomenclature Is Pipe, Metallic. \ 1. The Closing Date For This Solicitation Has Been Extended To 03 Nov 2023. 2. Note: The Correct Nomenclature For This Item Is Pipe, Metallic. The Correct Fsc Is 4710. 3. Far 52.232-25(a)(5) Entitled Prompt Payment, Constructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract. \ 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2. Submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls Is 6 Working Days After Receipt Of Certification Dd1423 Cdrls. Pinal Delivery Of Material Will Be On Or Before 210 days After Effective Date Of The Resulting Contract. 3. Navsup Wss Mech Will Be Considering Part Performance In The Evaluation Of Offers Iaw Far 13.106. 4. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 5. 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 Fornational Defense, Emergency preparedness, And Energy Program Use. \ 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. 2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-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=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-t-16420 | | |k |880916|a|1 | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-t-16420, Except As Amplified Or Modified Herein. Mil-t-16420 Ordering Data Information Is Provided Below: (a) Tube, Copper-nickel Alloy, Seamless And Welded (copper Alloy Numbers 715 And 706); Mil-t-16420. (b) Composition - 70/30 (copper Alloy No. 715) Temper - Annealed Type - I (seamless) Class - ;1650; Grade - 2 (c) Hydrostatic Pressure Test Is Required. (d) Alternate Nondestructive Testing ;is Not; Required. (e) Ultrasonic Test Of Class 50 And 200 Tubing Is Not Applicable. (f) Ultrasonic Test For Flat Products Is Not Applicable To This Contract/purchase Order. (g) Magnetic Permeability Testing For Alloy 706 Tube Is Not Applicable. (h) Outside Diameter Of Standard Size Tubing - ;4.5 Inches; Minimum Wall Thickness Of Standard Size Tubing - ;0.34 Inches; (i) Outside Diameter Of Nonstandard Size Tubing - ;n/a; Minimum Wall Thickness Of Nonstandard Size Tubing - ;n/a; (j) Tubing Must Be Supplied In Mill Lengths, Unless Specific Lengths Are Specified Elsewhere In The Contract/purchase Order. (k) Tube Marking Is Required As Specified Elsewhere In The Contract/purchase Order. (l) Quality Assurance Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (m) Hydrostatic Test Pressure For Special Class Tubing - ;n/a; Minimum, ;n/a; Maximum. (n) Level Of Shipment, Preservation, Packaging, And Packing Must Be As Specified Elsewhere In The Contract/purchase Order. (o) Maximum Gross Weight Of Container - Container Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. note: Mil-t-16420 Conformance Requirements And Testing Sheet Is Available As Csd204 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/) 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 - ;hydrostatic Test; item - ;each Tube; performance - ;mil-t-16420; acceptance - ;mil-t-16420; test - Ultrasonic Inspection item - Tubing performance - T9074-as-gib-010/271 And Mil-t-16420 acceptance - Mil-t-16420 attribute - Certificate Of Compliance For Seamless Tubing/pipe item - ;tube; performance - Material Supplied Must Be In The Seamless Condition. 3.4 Dimensional Examination - All Tubes Must Be Dimensionally Examined Per Mil-t-16420. In Lieu Of Examining Both Ends Of A Tube, Only One End Of Each Tube Is Required. Upon Receipt Inspection, Rejection Of Any Single Piece Must Be Cause For Rejection Of the Entire Lot. 3.5 Change To Table Vii Of Mil-t-16420: the Column Headed "longer Lengths (max)" In All Classes Of Table Vii Must Be Changed To Read "longer Lengths (min)". All Rows In Aforementioned Column Reading "25" Must Be Changed To Read "20". The Maximum Length Must Be 25 Feet Per Paragraph 3.8.5.2 Of mil-t-16420. example: Class 700 Tube Having O.d. Of .540 And Wall Thickness Of .065 Must Be Supplied With A Minimum Length Of 12 Feet, With 80% (by Weight) In Lengths Of 20 To 25 Feet. 3.6 Mil-t-16420 Ut Changes - Delete Paragraph 3.4.3.4 And Substitute: "3.4.3.4 Laminations. Tube Required To Meet The Ultrasonic Requirements Specified In 3.4.3 Must Be Examined For Laminar Discontinuities That Present Indications Exceeding Exploration threshold Levels (20 Percent For The Contact Method At +6 Db; 30 Percent For The Immersion Method At Calibration) Must Be Rejected." 3.6.1 In The Second Sentence Of Paragraph 4.4.7; Delete "18 Inch" And Substitute "1 Inch". In The Last Sentence, Insert "3.4.3.4 And" Before "3.8.2". 3.7 Changes To Mil-t-16420 Mechanical Properties (table Ii): copper Alloy Outside Tensile Yield Strength Elongation In and Temper Diameter Strength (.5% Under Load) 2" Or 4x Dia. 715 (70/30)...all.......50,000....18,000............30.0% (min) fully Sizes annealed 3.8 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. 3.8.1 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. 3.8.2 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/ 3.8.3 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. 3.9 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. 3.10 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. 3.11 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.11.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.12 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.13 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. 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.14 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. 3.14.1 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. 3.14.2 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. 3.15 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. 3.15.1 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. 3.15.2 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. 3.15.3 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. 3.15.4 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. 3.15.5 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. 3.16 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: 3.16.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.16.2 Inspection For Completeness And Proper Type. 3.16.3 Verification Of Material Quality Received. 3.16.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.16.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.16.6 Identification And Protection From Improper Use Or Disposition. 3.16.7 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. 3.16.8 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. 3.16.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.17 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. 3.17.1 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. 3.18 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.19 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. 3.19.1 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). 3.19.2 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. 3.20 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.20.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.20.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.20.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.20.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.20.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.21 Material Handling - The Written Material Control Process Must Include The Following: 3.21.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.21.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.21.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.21.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.21.5 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. 3.22 Receiving Inspection - 3.22.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.22.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.23 Discrepancy Reporting - 3.23.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.24.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.24.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.24.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.24.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) 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. ;- Oct 20 2016- Updated Ecds Url - Nov 18 2010 - Added Maximum Gross Weight Of Container - 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 Date16 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.6|wvy|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x|x||||||| variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|250|365 Days|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1 423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 5. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed.see Far 52.211-16 For Further Details. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a193 | | | |200515|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|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=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-dtl-1222, Except As Amplified Or Modified Herein. Mil-dtl-1222 Ordering Data Information Is Provided Below. (a) Studs, Bolts, Hex Cap Screws, Socket Head Cap Screws, And Nuts; Mil-dtl-1222. (b) Part Number - ;n/a; Configuration - ;stud; Type - ;iv; Style - ;n/a; Grade - ;b16 (astm-a193); Condition - ;hardened And Tempered; Size - ;7/8 Inch; Length - ;5 1/4 Inches; Thread Series - ;9 Unc; Class Of Fit - ;2a; End Configuration - ;chamfered; (c) Issue Of Dodiss Is Specified Elsewhere In The Contract/purchase Order. (d) Heat Treatment Must Be Performed In Accordance With Applicable Specifications. (e) Type Of Coating - ;n/a; (f) Aluminum Alloy Fasteners Must Be Coated In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (g) Externally Threaded Titanium Alloy Fasteners Must Be Anodized In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (h) Cut Or Ground Threads ;are Permitted; . (i) See Ordering Data Item (b) Above As Applicable. (j) Bearing Surfaces - ;n/a; (k) Self-locking Element - ;n/a; (l) Marking Must Be As Specified In Paragraph 3.13 Of Mil-dtl-1222. (m) Chemical, Mechanical, And Non-destructive Test Results Must Be As Specified Elsewhere In This Contract/purchase Order. (n) Resubmittal Of Fastener Lots That Failed An Examination Is Not Allowed Unless Specifically Approved By The Pco. (o) Retesting Of Mechanical Properties Is Not Allowed Unless Specifically Approved By The Pco. (p) Rework And Resubmittal Of Lots Must Be In Accordance With Mil-dtl-1222. (q) Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (r) Acceptance Criteria For Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified In This Contract/purchase Order. (s) Non-destructive Testing Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (t) Mechanical Testing Must Be Performed After Final Heat Treatment, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (u) Preservation, Packaging, And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (v) - (bb) Substituting Material Grades Is Not Allowed Unless Specifically Approved By The Pco. 3.2 The Unit Of Issue Is Each. the Contractor Is Required To Provide One Additional Fastener For Each Uniquely Identified Heat/lot Of Material In Each Shipment. Complete Traceability Must Be Maintained On This Extra Fastener. 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 - ;liquid Penetrant Inspection Or Magnetic Particle Inspection (wet Method) (either Inspection Is Acceptable); item - ;stud, Continuous Thread; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 3.4 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.4.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.4.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.4.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners Must be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To The same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 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 In Electronic (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. 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. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 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 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. 3.6 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. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer 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. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At 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. 3.9.5 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. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government 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. 3.10.2 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. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. 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." 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And Necessity for Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 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 Is Required ;in Accordance With Mil-dtl-1222; .test Reports Must Be Traceable To Traceability Marking On The Material. 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 For Chemical Composition Must Be Overstamped And/or 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 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 Marking 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. 3.16.1 Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective compounds. 3.16.2 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side Location if Necessary). Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed By Approximately .010" Located On The Top Perimeter Of The Head Of the Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats Or Loss Of Traceability. The Traceability Marking must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By The Traceability Marking On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical And Mechanical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification Test Reports must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n743.6|wvy|564-230-3066|francine.a.pommells.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|200|365 Days|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material.|n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material|n50286|tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days). please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To Thegovernment. 4. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 5. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed.see Far 52.211-16 For Further Details. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-a193 | | | |200515|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|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=t9074-as-gib-010/271 | | |1 |140911|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Mil-dtl-1222, Except As Amplified Or Modified Herein. Mil-dtl-1222 Ordering Data Information Is Provided Below. (a) Studs, Bolts, Hex Cap Screws, Socket Head Cap Screws, And Nuts; Mil-dtl-1222. (b) Part Number - ;n/a; Configuration - ;stud; Type - ;iv; Style - ;n/a; Grade - ;b16 (astm-a193); Condition - ;hardened And Tempered; Size - ;3/4 Inch; Length - ;5 Inches; Thread Series - ;10 Unc; Class Of Fit - ;2a; End Configuration - ;chamfered; (c) Issue Of Dodiss Is Specified Elsewhere In The Contract/purchase Order. (d) Heat Treatment Must Be Performed In Accordance With Applicable Specifications. (e) Type Of Coating - ;n/a; (f) Aluminum Alloy Fasteners Must Be Coated In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (g) Externally Threaded Titanium Alloy Fasteners Must Be Anodized In Accordance With Mil-dtl-1222, Unless Otherwise Specified In Paragraph (e) Above. (h) Cut Or Ground Threads ;are Permitted; . (i) See Ordering Data Item (b) Above As Applicable. (j) Bearing Surfaces - ;n/a; (k) Self-locking Element - ;n/a; (l) Marking Must Be As Specified In Paragraph 3.13 Of Mil-dtl-1222. (m) Chemical, Mechanical, And Non-destructive Test Results Must Be As Specified Elsewhere In This Contract/purchase Order. (n) Resubmittal Of Fastener Lots That Failed An Examination Is Not Allowed Unless Specifically Approved By The Pco. (o) Retesting Of Mechanical Properties Is Not Allowed Unless Specifically Approved By The Pco. (p) Rework And Resubmittal Of Lots Must Be In Accordance With Mil-dtl-1222. (q) Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (r) Acceptance Criteria For Inspection Of Defects Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified In This Contract/purchase Order. (s) Non-destructive Testing Must Be In Accordance With Mil-dtl-1222, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (t) Mechanical Testing Must Be Performed After Final Heat Treatment, Unless Otherwise Specified Elsewhere In This Contract/purchase Order. (u) Preservation, Packaging, And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (v) - (bb) Substituting Material Grades Is Not Allowed Unless Specifically Approved By The Pco. 3.2 The Unit Of Issue Is Each. the Contractor Is Required To Provide One Additional Fastener For Each Uniquely Identified Heat/lot Of Material In Each Shipment. Complete Traceability Must Be Maintained On This Extra Fastener. 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 - ;liquid Penetrant Inspection Or Magnetic Particle Inspection (wet Method) (either Inspection Is Acceptable); item - ;stud, Continuous Thread; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 3.4 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.4.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.4.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.4.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners Must be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To The same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 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 In Electronic (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. 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. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 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 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. 3.6 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. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer 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. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At 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. 3.9.5 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. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government 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. 3.10.2 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. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. 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." 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And Necessity for Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 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 Is Required ;in Accordance With Mil-dtl-1222; .test Reports Must Be Traceable To Traceability Marking On The Material. 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 For Chemical Composition Must Be Overstamped And/or 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 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 Marking 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. 3.16.1 Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective compounds. 3.16.2 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side Location if Necessary). Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed By Approximately .010" Located On The Top Perimeter Of The Head Of the Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats Or Loss Of Traceability. The Traceability Marking must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By The Traceability Marking On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical And Mechanical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification Test Reports must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
2791-2800 of 2924 archived Tenders