Fabrication Tenders

Fabrication Tenders

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Completion Of Multi-purpose Building At San Narciso, Victoria, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Nine Hundred Ninety Nine Thousand Seven Hundred One Pesos And 59/100 (php 999,701.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “completion Of Multi-purpose Building At San Narciso, Victoria, Oriental Mindoro (ib No. Cw-2025-032)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 903(1) 1046 (2) A1 1027 (1) 1008(2) 1010(2)b Spl I 1047(1) & 1047(10) 1014(1)b2 1013(2)a2 & 1013(2)b1 1032(1)c 1018(2) 1018(5) 1001(10) 1002(4) 1101(33) 1100(10) 1102(1) 1103(1) Project Billboard / Sign Board Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Cement Plaster Finish Aluminum Glass Window Wood Panel Door Aluminum Door Structural Steel & Metal Structure Accessories Pre-painted Metal Sheets (above 0.472mm, Rib Type Long Span) Fabricated Metal Roofing Accessory Painting Works (steel) Unglazed Tiles Glazed Tiles Pipes With Fittings Connection Plumbing Fixtures Wires & Wiring Devices Conduits, Boxes & Fittings (conduit Works/ Conduit Rough-in) Panelboard With Main And Branch Breakers Lighting Fixtures And Lamps 1.00 Ea 1.00 L.s. 130.49 M2 260.98 Sqm. 17.16 Sqm. 7.14 Sqm. 2.94 Sqm. 4,211.18 L.s. 176.00 Sqm. 45.40 Im. 155.86 M2 9.14 M2 4.26 M2 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To January 24, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 24, 2025 At 8:30 A.m. 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 16. 8. Bid Opening Shall Be On January 24, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 17, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date24 Jan 2025
Tender AmountPHP 999.7 K (USD 17 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: Synopsis: This Sources Sought Announcement Is To Assist The Us Army Combat Capabilities Development Command - Soldier Center (devcom-sc) To Identify Potential Sources To Provide An Improved M59 Field Range (m59-i) Prototype For Preparing/cooking Food In Austere Combat Feeding Environments. The Government Requests Responders Submit A Broad Other Transaction Authority Announcement (botaa) Preproposal As Outlined In Devcom-sc Botaa 22-01 Located At: Https://sam.gov/opp/126eaf3a78d847f69b7c94b606877f92/view. Please Refer To Topic Area Of Interest “a. Soldier Sustainment Directorate (ssd), Combat Feeding Division” Starting On Page 19. Submit The Botaa Preproposals To: Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 24 January 2025 (3:30 Pm Est). objective: Devcom-sc Is Seeking Information On Technologies Or Capabilities To Obtain And Improved M59a Field Range To Support Combat Field Feeding Operations. background: The M59a Field Range Was Initially Developed By The Army In 1959 And Used With The M2 Pressurized Gasoline Burner As It’s Heat Source. The Range Was Used To Heat Water And Cook Food In The Field By Soldiers. In The Mid 1990’s, The M59a Field Range Underwent Minor Improvements To Enhance Safety And Allow It To Utilize The Army’s Mbu Burner And The Marine Corps Airtronic Burner As Heat Sources. Devcom-sc Is Seeking An Improved Version Of The M59 Field Range For The Near Future That Is Smaller, Highly Mobile, Highly Durable, Reliable, Thermostatically Controlled, Affordable And Designed For Manufacturability Using Cot’s Components And Today’s Advanced Production Methods. requirements: Baseline Performance Testing And Reporting On The Current M59a Field Range. Redesigning, Fabricating, Testing And Delivering An Improved Version Of The M59 Field Range Called The M59 Improved (m59i). The Redesigned M59i Version Will Be Tested Against The Baseline And The Results Reported To The Government. See The Attached Draft Statement Of Work (sow). interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned. not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject. responses: interested Parties May Identify Their Interest And Capability By Sending Botaa Preproposals Regarding This Requirement To Devcom-sc Via E-mail Only To Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 24 January 2025 (3:30 Pm Est). The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party. please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. questions: any Questions For Clarification May Be Emailed To Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 17 January 2025 (3:30 Pm Est). Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Details: The U.s. Army Corps Of Engineers (usace), Portland District (nwp) Intends To Negotiate And Award An Out-of-scope Modification On Contract W9127n24p0050 With Biomark To Perform Nonroutine Maintenance And Repair Of An Existing Passive Integrated Transponder (pit) Interrogation System On Lebanon Dam, Oregon. The Contract Meets The Requirements Under The Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz By The U.s. Army Corps Of Engineers (usace), Portland District (nwp). the Period Of Performance For The Modification Clin Begins 15 February 2025 To 15 April 2025. pit Interrogation System Capabilities Include Pit Antennas That Are Installed On Structures And Span Large Main Stem River Channels The Pit Interrogation System And Related Equipment Was Custom-built By Biomark To Meet The Unique Challenges Of This Study Area And Is Not Commercially Available. biomark Will Conduct Nonroutine System Analyzation And Troubleshooting To Isolate And Provide Solutions For System Interference (“noise”) That Is Theorized To Be A Result Of Mechanical Activity Near The Installed System. Additionally, Biomark May Perform Nonroutine Maintenance And Repair Of The Pit Interrogation System Installed At Lebanon Dam To Include Supplying And Installing Proprietary Parts. data Consistency And Continuity Are Critical For Fish Passage And Survival Research On Long-term Population Trends In The Basin. Additionally, The Court Injunction Case Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz Requires The Continued Operation Of The Pit Interrogation System. Any Gaps Or Shift In Data Collection Protocols Would Preclude The Comparison Of Data From Year To Year. This Would Result In Many Small Datasets Rather Than One Continuous Dataset And Usace Would Be Out Of Compliance With The Court Injunction. The Government Has Determined This Contract To Be Of Critical Importance To The Continued Monitoring And Studies As Required By The Court Injunction. all Service And Supplies Must Be Compatible In All Aspects (form, Fit, And Function) With Existing Pit Interrogation System Presently Installed At Lebanon Dam. The Current System Is Designed, Fabricated, Installed, And Monitored By Biomark. Maintenance Or Repair Must Use Biomark’s Products And Expertise As They Are A Full-service Vendor Who’s Detection Antennas Are Unique And Their Designs Proprietary. Given The System Elements Are Proprietary, Maintenance Services Of The Above Instruments Performed By Third Parties Will Void All Warranties, Only The Original Manufacturer Can Meet This Requirement. no Other Contractor Can Provide The Services Biomark Currently Provides To Ensure Data Consistency And Continuity Of Services And Meeting The Court Injunction Requirements. currently, A Solicitation Does Not Exist. this Notice Is Not A Request For Competitive Proposals Or Quotations. interested Concerns Must Show Clear And Convincing Evidence That Competition Of This Requirement Would Be Advantageous To The Government By Submitting A Capability Statement Demonstrating Ability To Conduct The Work. If No Affirmative Written Responses Are Received By 10:00 A.m. Pacific Time On 05 February 2025 An Award Will Be Made Without Further Notice. Oral Communications Are Not Acceptable In Response To This Notice. A Determination By The Government Not To Compete This Proposed Requirement Is Solely Within The Discretion Of The Government. Electronic Responses And Questions Shall Be Submitted Via Email To The Contracting Point Of Contact Listed Below. The U.s. Army Corps Of Engineers Is Not Responsible For Any Costs Incurred By Responding To This Notice. *no Phone Inquiries, Please. capability Statement Submission Requirements 1. Point Of Contact Name, Email Address And Phone Number, Cage Code And Unique Entity Id (uei) Number (if Available). 2. If The Organization Is A Small Business, Please State The Category Of Small Business, Such As 8(a), Hubzone (historically Underutilized Business Zone), Sdvosb/vosb (service-disabled Veteran-owned Small Business/veteran-owned Small Business, Wosb (women-owned Small Business). 3. Statement Of Capabilities Detailing The Interested Party’s years Of Experience And Brief Description Reviewing And Downloading Pit Tag Data From Biomark Is1001 Pit Interrogation Systems And Uploading The Data To The Ptagis Website (https://www.ptagis.org). years Of Experience And Brief Description Operating, Maintaining, Tuning, And Optimizing Biomark Is1001 Pit Interrogation Systems. site Safety And Health Officer That Meets The Requirements Of The Em 385-1-1. send Responses By Email, Labeled As “w9127n24p0050 P00003 – Lebanon Dam Pit Interrogation System Maintenance” In The Subject Line To The Following: antwain.r.burks@usace.army.mil And Justin.f.figueredo@usace.army.mil
Closing Date5 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
Details: Request For Quote #70z08525pseat0013 uscgc Healy - Crane Rescue Basket quote Due Nlt: 02/03/2025, 1 Pm Pst psc: 4240 - Safety And Rescue Equipment naics Code: 332312 - Fabricated Structural Metal Manufacturing this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard Cutter Healy (wabg 20) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Cutter Healy (wabg 20) Has A Requirement For The Following Items: scope Of Work.crane Rescue Basket (qty:1), As Per The Requirements Below. background: Uscgc Healy Requires A Crane Rescue Basket To Transport Personnel During Ice Rescues, Using Their Installed Cranes. crane Rescue Basket (qty:1) Needed Specs: 1500lb Or Less 4-person Suspended Personnel Platform That Can Be Hoisted By A Crane it Will Need A Detachable Test Weight For A 4 Person Platform (roughly 1875lbs) platform Frame Dimensions 96” Length X 48” Width X 42” Guardrail Height access Ramp On Side Opposite Of Gate With No Bar Over For Use With A Gurney Like Sled grating Floor full Perimeter Inner Grab Rail For Fall Arrest Anchorage sides Enclosed From Toeboard To Mid Rail welded Eyes For Tie-off On Front 96” Side At Mid Rail And Top Rail (8 Total) 4 10” U-hooks On Front Side Of Platform To Support Carrying Something Similar To Windows Or Miller Boards With Rubber Bumpers On Top Of Hooks To Protect Gear a 4 Legged Sling Assembly Of ½” 6x36 Iwrc Wire Rope With Safety Leg, Secure To A Master Link And Attached To Platform With Threaded Steel Safety Clevis Pins (with Pull Test Certificate) 10”x4” Fork Tubes With Pallet Jack Access, Security Chains And Pin System Opposite Side From U-hooks For Ease Of Storage Movement mast Guard To Top Rail Only powder Coat Finish In Red (test Weight System In Safety Yellow) data Plates, Certificate Of Compliance, 3-year Warranty, Safety Handbook, Training Video Access compliance With Osha 29cfr Part 1926.1431 (hoisting Personnel) contractor Will Ship Crane Rescue Basket To Uscgc Healy’s Address delivery Address:uscgc Healy, 1519 Alaskan Way South, Seattle, Wa 98134 unit Poc:bmc Julia Kinney Julia.r.kinney@uscg.mil interested Vendors Please Send Official Quote, With A Sam.gov Registered Duns Number, And Email invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information:cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals.shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable).shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Kevin.j.nelson@uscg.mil .
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Item No. Description Quantity Unit A.1.1(3) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) 1.00 Lot B.5 Project Billboard 1.00 Lot B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lot 804(1)b Embankment From Common Borrow By Equipment 1,800.00 Cu.m. 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 1.00 Lot 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A,28 Days) 25.00 Cu.m. 902(1) Reinforcing Steel Of Reinforced Concrete Structures For Two Up To Five Storey 36.00 Cu.m. 903(2) Formworks And Falseworks 6,944.00 Kg 1001(6) Catch Basin (concrete/chb) 245.00 Sq.m. 1001(8) Sewer Line Works 5.00 Ea 1001(11) Septic Vault 1.00 Lumpsum 1003(1)e Hardiflex On Metal Frame Ceiling 1.00 Units 1003(2) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 242.00 Sq.m. 1007 Aluminum Glass Door 50.00 Sq.m. 1008 Aluminum Glass Window 21.00 Sq.m 1010(2)b Wooden Panel Door 42.00 Sq.m 1013(2) Fabricated Metal Roofing Accesory 14.50 Sq.m 1014 Prepainted Rib Type Metal Sheets 65.00 M 1018(1) Glazed Tiles And Trims 263.00 Sq.m. 1027(1) Cement Plaster Finish 305.00 Sq.m. 1032(1)a Painting Works (masonry Painting) 382.00 Sq.m. 1032(1)c Painting Works (metal Painting) 157.00 Sq.m. 1046 100 Mm Chb Non Load Bearing (including Rsb) 374.00 Sq.m. 1046(2) 150 Mm Chb Non Load Bearing (including Rsb) 184.00 Sq.m. 1047(2)a Structural Roof Framing 123.00 Sq.m. 1047(2)c Structural Steel Purlins 6,109.00 Kg 1047(3)a Strutctural Steel Accessories (anchor Bolts) 1,408.00 Kg 1047(3)b Metal Structure Accessories (sag Rod) 96.00 Pc 1047(3)c Structural Steel Accessories (turn Buckle) 23.00 Pc 1047(3)d Structural Steel Accessories (crossbracing) 22.00 Pc 1047(5) Structural Steel Accessories (steel Plates) 44.00 Pc 1100 Junction/utility/pull/square Box 1,065.00 Kg 1100(6)a 20mmø-32mmø Polyvinyl Chloride (pvc) Pipes 245.00 Pc 1100(6)b 90mmø Polyvinyl Chloride (pvc) Pipes 100.00 Pc 1101(2)a 1.6mm² - 5.5mm² Electric Wire (tw/thhn/twhn²) 105.00 Ln.m 1101(2)d 150mm² - 250mm² Electric Wire (tw/thhn/twhn²) 3,300.00 Ln.m 1101(4) Switches 200.00 Ln.m 1101(15) Convenience Outlet 19.00 Set 1102(1) Panelboard With Main & Branch Circuit Breakers 55.00 Set 1103(5) Lighting Fixtures 1.00 Lot 1200 Exhaust Fan/ceiling Fan 112.00 Set 1200(a) Airconditioning System 3.00 Set Spl1 Electrical Duct With Electric Post 4.00 Set Equipment Needed (minimum): Cutting Outfit 1 Unit Welding Machine 1 Unit Truck Mounted Crane (20-25 Mt) 1 Unit Bar Cutter 1 Unit One Bagger Concrete Mixer 1 Unit Bar Bender 1 Unit Backhoe( 0.80cu.m.) 1 Unit Plate Compactor 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Dump Truck (10 Cu.m.) 1 Unit
Closing Date30 Jan 2025
Tender AmountPHP 8.3 Million (USD 141.7 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n744.7|cfa|717-605-8197|jordan.d.neely@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||1-866-618-5988 - Wawf Helpdesk| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| 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|335931|600|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 5.any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 6.if Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 9.offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfq N0010425qnb23, Because The Rfq N0010425qnb23 Includes An Annex Classified At The Confidential Level, Which Will Be Released Only To Offerors Possessing the Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,spec . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.3 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;iaw Dwg 5894148 Rev J Para 3.2.1.1dwg 5759651 Requires Dd254.; drawing Data=15252 |10001| -|ws |d|0000.i | -|49998|0017894 drawing Data=15252 |10001| -|ws |d|0000.ii | -|49998|0022083 drawing Data=15252 |10001| -|ws |d|0001 | -|49998|0022449 drawing Data=15252 |10001| -|ws |d|0002 | -|49998|0039075 drawing Data=15252 |10001| -|ws |d|0003 | -|49998|0039563 drawing Data=15252 |10001| -|ws |d|0004 | -|49998|0032743 drawing Data=15252 |10001| -|ws |d|0005 | -|49998|0035391 drawing Data=15252 |10001| -|ws |d|0006 | -|49998|0041103 drawing Data=15252 |10001| -|ws |d|0007 | -|49998|0040455 drawing Data=15252 |10001| -|ws |d|0008 | -|49998|0036962 drawing Data=15252 |10001| -|ws |d|0009 | -|49998|0054705 drawing Data=5893737 |53711| T| |d|0001 | T|49998|0150596 drawing Data=5893737 |53711| P|pl |d|0001 | P|49998|0021727 drawing Data=5894148 |53711| J|doc|d|0001 | J|49998|0213481 drawing Data=5906555 |53711| G| |d|0001 | G|49998|0273301 drawing Data=5906555 |53711| G|fn |d|0001 | G|49998|0273323 drawing Data=6105233 |53711| D|fn |d|0001 | D|49998|0058098 drawing Data=6105244 |53711| D|fn |d|0001 | D|49998|0054172 drawing Data=6105308 |53711| B|fn |d|0001 | B|49998|0056160 drawing Data=6105321 |53711| F|fn |d|0001 | F|49998|0072768 drawing Data=6105323 |53711| C|fn |d|0001 | C|49998|0060916 drawing Data=6105355 |53711| D|fn |d|0001 | D|49998|0055168 drawing Data=6105356 |53711| C|fn |d|0001 | C|49998|0056491 drawing Data=6120457 |53711| B|fn |d|0001 | B|49998|0228728 drawing Data=6120458 |53711| A|fn |d|0001 | A|49998|0039654 drawing Data=6120458 |53711| A|fn |d|0002 | A|49998|0022255 drawing Data=6120458 |53711| A|fn |d|0003 | A|49998|0025947 drawing Data=6120458 |53711| A|fn |d|0004 | A|49998|0021640 drawing Data=6120458 |53711| A|fn |d|0005 | A|49998|0024338 drawing Data=6120458 |53711| A|fn |d|0006 | A|49998|0027564 drawing Data=6120458 |53711| A|fn |d|0007 | A|49998|0035673 drawing Data=6120458 |53711| A|fn |d|0008 | A|49998|0028395 drawing Data=6120458 |53711| A|fn |d|0009 | A|49998|0027065 drawing Data=6120458 |53711| A|fn |d|0010 | A|49998|0025363 drawing Data=6239880 |53711| C|fn |d|0001 | C|49998|0181784 drawing Data=6239881 |53711| -| |d|0001 | -|49998|0026066 drawing Data=6239881 |53711| -| |d|0002 | -|49998|0036108 drawing Data=6239881 |53711| -| |d|0003 | -|49998|0047138 drawing Data=6239881 |53711| -| |d|0004 | -|49998|0034939 drawing Data=6239881 |53711| -| |d|0005 | -|49998|0038089 drawing Data=6239881 |53711| -| |d|0006 | -|49998|0036272 drawing Data=6239881 |53711| -| |d|0007 | -|49998|0038761 drawing Data=6239881 |53711| -| |d|0008 | -|49998|0025166 drawing Data=6239881 |53711| A|fn |d|0001 | A|49998|0038710 drawing Data=6239881 |53711| A|fn |d|0002 | A|49998|0025455 drawing Data=6239881 |53711| A|fn |d|0003 | A|49998|0029623 drawing Data=6239881 |53711| A|fn |d|0004 | A|49998|0022958 drawing Data=6239881 |53711| A|fn |d|0005 | A|49998|0026582 drawing Data=6239881 |53711| A|fn |d|0006 | A|49998|0025696 drawing Data=6239881 |53711| A|fn |d|0007 | A|49998|0027845 drawing Data=6239881 |53711| A|fn |d|0008 | A|49998|0022382 drawing Data=6239882 |53711| A|fn |d|0001 | A|49998|0038669 drawing Data=6239882 |53711| A|fn |d|0002 | A|49998|0026068 drawing Data=6239882 |53711| A|fn |d|0003 | A|49998|0027259 drawing Data=6239882 |53711| A|fn |d|0004 | A|49998|0029032 drawing Data=6370928 |53711| -| |d|0001 | -|49998|0040873 drawing Data=6370928 |53711| -| |d|0002 | -|49998|0045573 drawing Data=6370928 |53711| -| |d|0003 | -|49998|0057163 drawing Data=6370928 |53711| -| |d|0004 | -|49998|0047097 drawing Data=6370928 |53711| -| |d|0005 | -|49998|0057486 drawing Data=6370928 |53711| -| |d|0006 | -|49998|0053496 drawing Data=6370928 |53711| -| |d|0007 | -|49998|0048208 drawing Data=6370928 |53711| -| |d|0008 | -|49998|0023367 drawing Data=6370928 |53711| A|fn |d|0001 | A|49998|0113604 drawing Data=6370928 |53711| A|fn |d|0002 | A|49998|0073756 drawing Data=6370928 |53711| A|fn |d|0003 | A|49998|0087005 drawing Data=6370928 |53711| A|fn |d|0004 | A|49998|0074493 drawing Data=6370928 |53711| A|fn |d|0005 | A|49998|0089297 drawing Data=6370928 |53711| A|fn |d|0006 | A|49998|0085026 drawing Data=6370928 |53711| A|fn |d|0007 | A|49998|0074676 drawing Data=6370928 |53711| A|fn |d|0008 | A|49998|0036940 drawing Data=6370928 |53711| 1|1n |d|0001 | 1|49998|0085282 drawing Data=6657093 |53711| A|fn |d|0001 | A|49998|0071141 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Cable Assembly,spec Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;5893737; cage ;53711; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.5 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 3.6 Production Lot Approval (contractor Testing) - Production Lot Test And Approval Is Required. 3.7 ;to Become A Qualified Manufacturer Of Any Of The Cables Listedabove, The Contractor Must Manufacture Two (2) Each Of The 5w1,5w2, 5w7, And 5w8 Cable Assemblies And Test Them Iaw Therequirements Of Specification 53711-5894148, Rev J.; 3.8 Serialization - The Supplier Shall Mark A Serial Number On Each Cable Assembly,spec In Accordance With ;iaw 5893737 Rev T Note 24 iaw 5894148 Rev J Para 3.3.4; . Actual Serial Numbers Will Be Assigned ;apply A Government Serial Number To Each Unit Manufactured. Serial Number Shall Be Obtained From Commander, Nuwc Division Newport, Newport, Ri 02841-1708.serial Numbers Are Now Obtained From Nuwc Newport By Sending nuwc_npt_serialnumbers@navy.mil ; . 3.9 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired. ; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 4.5 ;fat Testing, All Cdrls And Production Lot Testing Has Been Waived For Otsi.; 4.6 Production Lot Test (contractor) - The Contractor Shall Perform Production Lot Testing In Accordance With ;iaw Drawing 5894148 Rev J. Para 4.2.2.1 ; . 4.7 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;critical Item Production Fabrication Specification Drawing 5894148 Rev J. ; First Article Test/inspection On ;2 ; Unit(s) In Accordance With Requirements ;paragraph 3.2.1.1 paragraph 3.2.1.3 And 4.2.4.3; . 4.8 Quality Conformance Inspection - The Contractor Is Responsible For Conducting A Quality Conformance Inspection In Accordance With ;quality Conformance Inspection Iaw Dwg 5894148 Rev J Paragraph 4.2 ; , Paragraph ;paragraph 4.2.1.3 Documentation.; And Preparing An Inspection Report In Accordance With The Contract Data Requirements List, Dd Form 1423. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 ;the Classified Documents And Security Level Are: Iaw Dwg 5894148 Rev J Para 3.2.1.1; Dwg 5759651 Requires Dd254.; date Of First Submission=030 Dac ;preproduction Tests Are Those Tests Performed On The Sampleselected As Specified In 4.2.1.1 To Verify That The Requirementsof This Specification Are Met Prior To The Start Of Production.the Preproduction Tests Are Detailed In Figures 2 And 3. ; date Of First Submission=asreq ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ; date Of First Submission=asreq submit Before Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Block 14 Addresses. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock Number And item Nomenclature Specified In The Schedule Of Supply/services. ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ; date Of First Submission=030 Dac ;copies Of The Certificate Of Quality Compliance Cdrls Shall Bedelivered To The Engineering Support Activity, Nuwc Newport: Nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted With The Contractorsupplier To Review The Item Key Features. The Governmentengineering Support Activity, Nuwc Newport, Would Like Toparticipate In The Conference If One Is Scheduled. ;
Closing Date27 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.18|wvf|717-991-9570|karen.palm@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| markings Level I/subsafe/dss-soc/triper|5|x||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Sections C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| variation In Quantity (apr 1984)|3|5|0|total Quantity Of Each Line Item Over 50 Ea.| general Information-fob-destination|1|b/a| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo), Certifiations - Stand Alone Receiving Report|material - Inspection/acceptance At Source, Certifiations - Inspection At Destination & Acceptance At Other|tbd|n00104 |tbd|n39040 - Certs, S4306a - Material |n50286|tbd|133.2|na|na|n39040 - Certs|na|na|see Dd1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|1 Year From Date Of Delivery|1 Year From Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Closing Date Is Extended To 06 Jan 2025. the Closing Date As Been Extended To 10 Jun 2024. the Quantity Has Increased For Several Line Items. Please Provide Pricing For The New Quantities. item 0001 Nsn 5305-01-193-3355 L1 New Quantity: 2000 Ea. item 0002 Nsn 5305-01-337-3788 L1 New Quantity: 1000 Ea. item 0003 Nsn 5305-01-545-0455 L1 Quantity Remains 50 Ea. please Provide Pricing Valid For At Least 30 Days From The Date Of Closing, Or 60 Days If Possible. \ 1. Dd1423 Data Items A001, B001 And C001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2. Certifications Should Be Submitted In Wawf At Least 20 Days Prior To The Required Delivery Date To Allow Time For Portsmouth Nsy Review. 3. Any Contract Awarded As A Result Of This Solicitation Will Be "do" Rated Order Certified For National Defense Ue Under The Defense Priorities And Allocations System (dpas). 4. A Variation In Quantity Of +5%/-0% Applies To Line Item Quantities Over 50 Ea. See Far 52.211-16 For Further Details. 5. Navy Source Certification Is Required For Line Item Quantities Over 1000 Ea. 6. This Solicitation Is For 3 Different Nsns. You Must Provide Pricing For All Three Nsns. navsupla20 Single Award For All Items (jan 1999) (navsup) 7. Due To The Interrelationship Of Supplies And/or Services To Be Providedhereunder, The Government Reserves The Right To Make A Single Award To Theofferor Whose Offer Is Considered In The Best Interest Of The Government,priceand Other Factors Considered. therefore, Offerors Proposing Less Than Theentire Effort Specified Herein May Be Determined To Be Unacceptable. (x) Alternate I subject To The Provisions Contained Herein, Award Shall Be Made To A Singleofferor For All Subline Items Within Each Contract Line Item. Offers Mustinclude Each Subline Item Listed Within A Line Item. Failure To Do This Shallbe Cause For Rejection To The Offer for That Particular Line Item. \ 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=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|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-dtl-18240 | | |f |000313|a| 1| | document Ref Data=qpl 18240 | | |qpd|170619|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 - ;screw; Type - ;ii; Style - ;n/a; Grade - ;500 (qq-n-286); Condition - ;solution Annealed And Age Hardened; Size - ;1/4 Inch; Length - ;1/2 Inch; Thread Series - ;20 Unrc; Class Of Fit - ;3a; 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 - ;is Required And Must Be In Accordance With Mil-dtl-18240 Type N; (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; item - ;screw, Cap, Socket Head; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 attribute - Annealing And Age Hardening item - ;screw, Cap, Socket Head; performance - Qq-n-286 3.4 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.4.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.4.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.5 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be performed On A Full Size Fastener.) 3.5.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.5.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.6 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.7 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.7.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.7.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.7.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 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 In Electronic (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. 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. 3.8.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.8.3 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 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. 3.9 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. 3.10 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.11 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.11.1 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. 3.11.2 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. 3.11.3 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. ^ 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 Representative 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 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. 3.13.3 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 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. 3.13.5 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. 3.14 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 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. 3.14.2 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. 3.15 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. 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." 3.15.1 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 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. 3.15.4 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. 3.15.5 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. 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. 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 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: 3.19.1 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. 3.19.2 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.) 3.19.3 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. 3.19.4 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. 3.19.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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 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 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. 3.21.5 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 Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.24 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.24.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.24.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided 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 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. 3.24.4 All Metallic Material Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.25 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;10/20/2016 - Updated Ecds Url - Dec 17 2011 - Expanded Thread Cutting Requirements - Dec 17 2011 - Began Using Ecds For Submissions - 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. 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. 1.1.1 Li-soc Item - It Has Been Determined That This Item Falls Within Both The Level I Boundary And The Scope Of Certification (soc) Boundary. 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=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| | document Ref Data=qpl 18240 | | |qpd|170619|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 - ;screw; Type - ;ii; Style - ;n/a; Grade - ;500 (qq-n-286); Condition - ;solution Annealed And Age Hardened; Size - ;1/2 Inch; Length - ;1 1/2 Inch; Thread Series - ;13 Unrc; Class Of Fit - ;3a; 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 - ;is Required And Must Be In Accordance With Mil-dtl-18240.; (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; item - ;self-locking Socket Head Cap Screw; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Annealing And Age Hardening item - ;self-locking Socket Head Cap Screw; performance - Qq-n-286 3.4 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.4.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.4.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.5 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be performed On A Full Size Fastener.) 3.5.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.5.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.6 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.7 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.7.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Parag
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00143 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/upgrading/repair And Equipping Of Rural Health Units - Villaverde Rural Health Unit 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00143: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/upgrading/repair And Equipping Of Rural Health Units - Villaverde Rural Health Unit. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/upgrading/repair And Equipping Of Rural Health Units - Villaverde Rural Health Unit Contract Id No. : 24b00143 Location : Villaverde, Nueva Vizcaya Brief Project Description : Continuation Of Existing Rural Health Unit, Improvement Of Pwd Ramp, Installation Of Sewer Lines, Storm Drain And Downspout With Catch Basin, And Water Line System, Installation Of Electrical Works, Installation Of Leaded Materials At X-ray Room, Ceiling Works, Granite Installation At Counter Top, Installation Of Doors And Windows, Roofing Works, Installation Of Reflective Insulation And Structural Works Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Storm Drainage And Downspout • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Residential Casement • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, Gauge 26 (.551mm),ridge/hip Rolls) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Granite Tile • Non -slip Finish • Cement (plaster) Finish • Decorative Stones • Painting Works, (steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 19 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 - January 08, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On December 19, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 08, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
Closing Date8 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00135 (re-avertisement) : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00135: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital Contract Id No. : 24b00135 Location : Barangay Upi, Gamu, Isabela Brief Project Description : Construction Of Camp Melchor F. Dela Cruz Station Hospital: Structural Works (removal Of Trees, Excavation, Embankment, Grave Fill, Steel Works, Structural Concrete, Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Painting Works, Ceiling Works, Waterproofing, Tile Works, Stainless Steel Railing, Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Trees (furnishing And Transplanting) • Individual Removal Of Trees 150 Mm - 300 Mm Dia. • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Carpentry And Joinery Works • Finishing Hardware • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Unglazed Tiles • Granite Tiles • Vinyl Tiles (anti-bacterial) • Floor Finishes • Non -slip Finish • Cement Plaster Finish • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel • Structural Steel Purlins • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Generator Single Or Three Phase Stand-by • Lighting Fixtures • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱9,950,000.00 Contract Duration : 99 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 20 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 9.9 Million (USD 169.6 K)

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Seven Hundred Seventy Thousand Nine Hundred Sixty-eight Pesos & 66/100 (php 3,770,968.66) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Ib # 2024-12-091. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 121 Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 From The Given Address 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 Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On January 2, 2025 At 1:00 P.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On January 14, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 14, 2025 At 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 20, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2024-12-091 Name Of Project: Constuction/improvement Of Multi-purpose Building At Lawgawan Barangay Alanib Location: Alanib, Lantapan, Bukidnon Abc: Php 3,770,968.66 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Structure Excavation, Common Soil Cu.m 43.10 2 Embankment Cu.m 34.96 3 Gravil Fill Cu.m 16.56 4 Reinforcing Steel (deformed, Grade 40) Kg 2,150.37 5 Structural Concrete - Class A, 28 Days Cu.m 60.35 6 Non Loadbearing (including Reinforcement), 100mm Sq.m 52.68 7 Cement Plaster Finish Sq.m 50.56 8 Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 12,397.37 9 Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 10 Metal Structure Accessories (cross Bracing) Pc 40.00 11 Metal Structure Accessories (steel Plates) Pc 30.00 12 Metal Structure Accessories (sagrods) Pc 210.00 13 Prepainted Metal Sheet (dura Curve Rib Type, Long Span) Sq.m 633.60 14 Fabricated Metal Accessory (box Type Gutter), Box Type End Flashing Molding) Ln.m 88.00 15 Forms Works And Scaffolding Bd.ft 1,500.00 16 Painting Works Sq.m 52.24 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________
Closing Date14 Jan 2025
Tender AmountPHP 3.7 Million (USD 64.5 K)
2831-2840 of 2920 archived Tenders