Fabrication Tenders

Fabrication Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| time Of Delivery (june 1997)|20|0001aa|15|999|0001ab|lot|see Dd 1423|0001ac|1|120 |||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd |n00104|tbd|certifications - N39040; Material -s4306a|n50286|tbd|133.2|na|na|certifications - N39040|na|na|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery ||||| warranty Of Data--basic (mar 2014)|2||| first Article Approval--contractor Testing (sep 1989)|10|1|0001ac|7|280|see Dd 1423|tbd|0001ac|30|x|| first Article Approval--government Testing (sep 1989)|7|1|0001ac|120|receiving Officer/portsmouth Naval Shipyard, Building 240, Code 270/kittery Maine, 03904/ Phone 207-438-5445|30|x|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|335931|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| evaluation Of First Article Testing|3|x|45,000.00|x| this Amendment Is Issued To Extend Closing Date And Reductrtion In Desired Delivery Days. this Amendment Is Issued For A Packaging Change And Closing Date Extended To 03 Sep 2024 1. This Solicitation Is Being Issued Under Emergency Acquisition Flexibilities. Government Financing Is Not Authorized. 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 4. If Drawings Are Included In The Solicitation, Access Must Be Requested On The Individual Solicitation Page On Contract Opportunities Via The Government's Sam.gov Website. 5. Unless Otherwise Stated On The Dd 1423, Submission Of All Dd Form 1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To The Material (line Item 0001aa) Delivery Date. See 52.209-3 & 52.209-4 For Fat Delivery Requirements. Other Than Fat, Pnsy review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of Cdrls. Final Delivery Of Material Will Be On Or Before 999 Days After The Effective Date Of The Contract. 6. This Procurement Has First Article Test Requirements. 7. Please Provide Stepladder Pricing At Quantities 5, 10, 15, And 20. If There Are Significant Price Breaks At Different Quantity Points, This Information Is Desired As Well. \ 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. 1.2 ;nsn 1h-5995-01-481-6257, Cables, Can Be Furnished To The Successful Bidder For The Required Hydrostatic Testing.; 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.3 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. drawing Data=349-cas-20-014-8 |88594| -|sp |d|0001 | |49998|1099315 drawing Data=7349938 |53711| E| |d|0001 | |49998|0352821 drawing Data=7349938 |53711| C|pl |d|0001 | C|49998|0022124 drawing Data=7349938 |53711| C|pl |d|0002 | C|49998|0034149 drawing Data=7349938 |53711| C|pl |d|0003 | C|49998|0037280 drawing Data=7349938 |53711| C|pl |d|0004 | C|49998|0025307 drawing Data=7349939 |53711| A| |d|0001 | A|49998|0172506 drawing Data=7349940 |53711| -| |d|0001 | -|49998|0079530 drawing Data=7349941 |53711| -| |d|0001 | -|49998|0093484 drawing Data=7349942 |53711| B| |d|0001 | |49998|0019740 drawing Data=7349943 |53711| -| |d|0001 | -|49998|0485914 drawing Data=7349944 |53711| -| |d|0001 | -|49998|0470758 drawing Data=7349945 |53711| -| |d|0001 | -|49998|0390422 drawing Data=7349946 |53711| C| |d|0001 | C|49998|0048488 drawing Data=7349946 |53711| C|pl |d|0001 | C|49998|0020918 drawing Data=7349946 |53711| C|pl |d|0002 | C|49998|0021678 drawing Data=7349947 |53711| A| |d|0001 | A|49998|0275414 drawing Data=7349947 |53711| A|pl |d|0001 | A|49998|0028893 drawing Data=7349947 |53711| A|pl |d|0002 | A|49998|0036359 drawing Data=7349948 |53711| A| |d|0001 | A|49998|0086262 drawing Data=7349949 |53711| A| |d|0001 | A|49998|0086541 drawing Data=7349950 |53711| -| |d|0001 | -|49998|0254404 drawing Data=7349951 |53711| A| |d|0001 | A|49998|0067891 drawing Data=7349952 |53711| A| |d|0001 | A|49998|0070994 drawing Data=7349953 |53711| A| |d|0001 | A|49998|0071623 drawing Data=7349954 |53711| -| |d|0001 | -|49998|0052586 drawing Data=7349955 |53711| -| |d|0001 | -|49998|0062396 drawing Data=7349956 |53711| A| |d|0001 | A|49998|0060537 drawing Data=7349957 |53711| -| |d|0001 | -|49998|0663556 drawing Data=7349958 |53711| D| |d|0001 | D|49998|0041848 drawing Data=7349959 |53711| A| |d|0001 | A|49998|0049297 drawing Data=7349960 |53711| -| |d|0001 | -|49998|0057793 drawing Data=7349960-2 |53711| -|1n |d|0001 | -|49998|0734461 drawing Data=7349961 |53711| -| |d|0001 | -|49998|0050601 drawing Data=7349961-2 |53711| -|1n |d|0001 | -|49998|0673832 drawing Data=7349962 |53711| -| |d|0001 | -|49998|0047657 drawing Data=7349963 |53711| -| |d|0001 | -|49998|0064823 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-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-24231 | | |e |130426|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the Electrical Connector Assembly Must Be In Accordance With Naval Sea Systems Command Drawing 7349938, Parts List Pl7349938, Mil-dtl-24231, Notice Of Revision 7349960-2, And Notice Of Revision 7349961-2, Except As Amplified Or Modified Herein.; 3.2 ;the Contractor/cage To Be Marked On The Nameplate Must Be The Actual Contractor/cage That Is Awarded The Contract In Lieu Of As Indicated In Note #9 Of Navsea Drawing 7349958.; 3.3 ;first Article Approval (contractor Testing) - First Article Test (fat) And Approval Of Cabling Is Required In Accordance With 359-cas-20-014-8 Paragraph 3.3.6.; 3.4 ;where Drawing 7349957 Note 3 Indicates, Specification 349-cas-20-014-8 Must Be Used In Lieu Of Specification Nuwc-c-3421/1169-608.; 3.5 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required. 3.6 ;the Fat Sample(s) Must Not Be Delivered Against The Contract Quantity.; 3.7 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;hull Penetrator Body On Drawing 7349939; Penetrator Washer Flat On Drawing 7349940; Penetrator Nut Retaining On Drawing 7349941; Penetrator Gland Nut On Drawing 7349944; And Penetrator Hex Socket Bolt On Drawing 7349942; material - ;qq-n-286, Form 2, Annealed, Hot-finished, And Age Hardened; And The Hardness Requirement Of Mil-dtl-24231 Paragraph 3.5.5.1; part - ;receptacle Body, Find No. 1 On Drawing 7349946 And Pl7349946; material - ;qq-n-286, Form 2, Annealed, Hot-finished, And Age Hardened; 3.8 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - ;production Tests; item - ;each Connector Assembly; performance - ;drawing 7349938 Note 13; acceptance - ;drawing 7349938 Note 13; test - ;dye Penetrant Inspection; item - ;hull Penetrator Body On Drawing 7349939; Penetrator Washer Flat On Drawing 7349940; Penetrator Nut Retaining On Drawing 7349941; Penetrator Gland Nut On Drawing 7349944; And Receptacle Body On Drawing(s) 7349946 And Pl7349946; performance - T9074-as-gib-010/271 acceptance - Mil-std-2035 test - ;liquid Penetrant Inspection; item - ;penetrator Hex Socket Bolt On Drawing 7349942; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 attribute - Annealing And Age Hardening item - ;hull Penetrator Body On Drawing 7349939; Penetrator Washer Flat On Drawing 7349940; Penetrator Nut Retaining On Drawing 7349941; Penetrator Gland Nut On Drawing 7349944; Receptacle Body On Drawing(s) 7349946 And Pl7349946; And Penetrator Hex socket Bolt On Drawing 7349942; performance - Qq-n-286 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - ;post Glass Sealing Hardness Reading; item - ;receptacle Body, Find No. 1 On Drawing 7349946 And Pl7349946; performance - ;note 12 Of Drawing 7349946; test - Quality Conformance/compliance Inspection item - ;cable Specimen; performance - ;359-cas-20-014-8 Paragraph 4.1.1.8; acceptance - ;359-cas-20-014-8 Paragraph 4.1.1.8; attribute - ;time/temperature Heat Treatment Record; item - ;glass Sealed Receptacle; performance - ;note 11 Of Drawing 7349946; test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.9 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General Acceptance criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided In The applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. The Gac document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.10 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.11 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. 3.11.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.11.2 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. 3.11.3 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. 3.12 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 3.13 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.13.1 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. 3.13.2 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. 3.14 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.15 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.16 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.17 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. 3.17.1 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. 3.17.2 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/ 3.17.3 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. 3.18 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. 3.19 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. 3.20 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.20.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.21 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. 3.22 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.22.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.22.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.22.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010, S9074-ar-gib-010a/278,248d The contract. 3.22.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.22.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.22.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.22.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.22.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.22.9 When Production Or Repair Welding Is Required On Titanium Materials, Theapplicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.22.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.22.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.22.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.23 See Cdrl Di-ndti-80809 (first Article Testing) - First Article Test/inspection (contractor) - The Contractor Must Conduct ;destructive; First Article Test/inspection On ;one (1) Cable Specimen; Unit(s) In Accordance With Requirements ;of 359-cas-20-014-8 paragraph 4.1.1.5; . 3.24 First Article Test/inspection (government) - ;destructive; - The Contractor Shall Deliver ;one (1) Electrical Connector Assembly; Unit(s) To ;receiving Officerportsmouth Naval Shipyard,building 240, Code 270. (207-438-5445)kittery Maine, 03904; For First article Tests In Accordance With The ;requirements Of Mil-dtl-24231 For Type Iii Connectors; . 3.25 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. 3.25.1 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. 3.25.2 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. 3.25.3 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. 3.25.4 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. 3.25.5 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. 3.26 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. 3.26.1 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. 3.26.2 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. 3.27 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." 3.27.1 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. 3.27.2 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. 3.27.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.27.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.27.5 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. 3.28 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: 3.28.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.28.2 Inspection For Completeness And Proper Type. 3.28.3 Verification Of Material Quality Received. 3.28.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.28.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.28.6 Identification And Protection From Improper Use Or Disposition. 3.28.7 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. 3.28.8 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. 3.28.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.29 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.29.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.30 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. 3.30.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.30.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.30.3 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Assembly Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.30.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;marking Area To Be As Shown On Drawing.; 3.31 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: 3.31.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.31.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.31.3 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. 3.31.4 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. 3.31.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.32 Material Handling - The Written Material Control Process Must Include The Following: 3.32.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.32.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.32.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.32.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.32.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.32.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.33 Receiving Inspection - 3.33.1 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. 3.33.2 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. 3.34 Discrepancy Reporting - 3.34.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.35 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.35.1 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. 3.35.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.35.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.35.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.36 Additional Marking For Fasteners - 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. 3.36.1 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). Self-locking Screws Must Also Be Marked With Six Dots. 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. 3.37 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
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Western Railway - WR Tender

Works
Electrical Works...+1Electrical and Electronics
Ireps
Corrigendum : Corrigendum Added
India
Details: Description:- Design, Supply, Fixing, Testing And Commissioning Of Lt Panel (mccb - Incoming & mccb - Outgoing) Comprising With The Following Mccbs Fixed In It Of Make Havells, Abb, C&s, siemens, L&t, Schneider, Legrand Or Equivalent Conforming To Iec 60947-2 / Is 13947: 2008 Or Latest with Digital Measuring Instrument & Bus-bar Arrangement Confirming To Is 8623:2008 Or Latest And As per Is, Ie Rules And Site Requirement. A)400amps Microprocessor Mccb 4p 36 Ka= 01 No. (incoming). b) 400amps On Load Change Over Switch (cos)= 01 No. C) 250amps Microprocessor Mccb 4p 36 Ka= 04 Nos. (outgoing). D) 160amps Microprocessor Mccb 4p 36 Ka= 04 Nos. (outgoing). The Panel Shall be Complete With High Conductivity Bus Bars For Phases And 400 A For Neutral, 3 Phase 4 Wire 415 V electronic Digital Panel Ampere Meter & Kwh Meter On Each Outgoing Feeder Etc. Panel Shall Be fabricated In Compartmentalized (preferably) Design From Crca Sheet Steel Of 2 Mm Thick For Main frame,doors,covers&partitions,3mmthickforgland,plates Andaccessoriesaspersite requirement And Direction Of E-in-c, Cleaning & Finishing Complete With 7 Tank Process, Cpri Approved with 65 Ka And Ip-55, Powder Coated In Approved Shade.
Closing DateCancelled
Tender AmountINR 4.9 Million (USD 57.7 K)

FEDERAL HIGHWAY ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Project:or Flap Crgnsa Mult(2) & Wa Flap Crgnsa Mult(2), Crgnsa Sign Inventory, Maint. And Replacement Project & Crgnsa Sign Project this Is A "request For Information" Only For The Proposed Contract Work. This Is Not A Request For Formal Proposals Or Quotes. Plans And Specifications Are Not Available At This Time. The Intent Of This Form Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Businesses Interested And Capable Of Performing The Proposed Contract Work. requirement: the Proposed Contract Action Is For A Firm-fixed-priced Construction Contract. The Primary Objectives Of The Proposed Project Are To Fabricate And Install Custom Signs That Include Routed Wood Panels And Custom Supports. Additional Work Includes Guardrail Installation, Turf Establishment On Areas Disturbed By Construction Activities, And Traffic Control. the Project Islocated Along I-84 In Oregon And Sr-14 In Washington In A Corridor That Is Approximately 50 Miles East And West Of Hood River, Or.the Project Is Anticipated To Go On Advertisement In Spring 2025 With A Notice To Proceed In Fall 2025. we Anticipate That Naics Code 339950, Sign Manufacturing, Will Apply To This Procurement With A Size Standard Of 500. estimated Price Range: Between $700,000 And $2,000,000. response: any Offeror Capable Of Providing This Service Shall Respond To This Sources Sought By Submitting The Form Linked Under "attachments/links" No Laterthan January 30, 2025, 1400 Pt.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Department Of Agrarian Reform - DAR Tender

Machinery and Tools
Philippines
Details: Description Rice Reaper/harvester Brush Cutter - 4 Units @ 30,000.00 Technical Specifications: 1. Engine Power Minimum Of 3.0 Hp 4 Strokes 2. Fuel: Gasoline 3. Cutting Width - 10-12 Inches (25-30 Cm) 4. Blade Type - Hardened Steel - Straight Blade Or Circular Saw Like Blade 5. Handle Design - Loop Handle Design Or Bike Handle Design For Better Control And Ease Of Use 6. Harness 7.warranty: Minimum Of One (1) Year. Ø The Manufacturer / Distributor / Dealer Shall Issue A Warranty Certificate To The Buyer. Warranty Against Defective Materials And Workmanship Shall Be Provided For Parts And Services Except For Normal Wear And Tear Of Expendable Or Consumable Maintenance Parts Ø The Manufacturer / Distributor / Dealer Shall Be Capable Of: • Supplier’s Technicians Who Should Be Available On The Scheduled Inspection Within Two Weeks After Delivery • Supplying The Services Of Mechanic/ Technical Personnel Free Of Charge For Replacing Parts Under Warranty To Put The Unit In Running Condition During The Warranty Period. • Providing Services On Repairs After Warranty Period At Reasonable Cost; . -supplier’s Fabricating Shop/service Centers Must Be Within The Province Of Zamboanga Del Sur. - To Be Delivered To Sicpao, Mahayag And Tawagan Norte, Labangan, This Province. Ø Delivery Period: 45 Calendar Days From Issuance Of Purchase Order
Closing Date7 Feb 2025
Tender AmountPHP 120 K (USD 2 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|0001|four|750|||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |na|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|na|na|n39040 - Certifications|na|na|s ee Dd 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| 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.||||| warranty Of Data--basic (mar 2014)|2||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| progress Payments (nov 2021)|4||||| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| list Of Award Attachments|5|||||| 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|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|13|332919|750 Employees|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| facsimile Proposals (oct 1997)|1|| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Issued Due To Quantity Change Of Requirement. Closing Date Extended To 27 Jan 2025. this Amendment Is Issued To Extend Closing Date To 10 Sep 2024. 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2.drawings Associated With This Solicitation Will Be Made Available On The New Beta.sam Website, But Will Be Restricted Access Which Needs To Be Approved. Once Access Has Been Requested, Interested Vendors Should Email The Poc Listed On The Solicitation To Inform them Of The Request. 3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000. 4. This Is A Rated Order Certified For National Defense Use,and The Contractor Will Follow All The Requirements Ofthe Defense Priorities And Allocations Systemregulation (15 Cfr 700). 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. drawing Data=h684-1505a01 |53711| A|er |d|0001 | A|49998|0059711 drawing Data=h684-1505a01 |53711| A|er |d|0002 | A|49998|0060531 drawing Data=h684-1505a01 |53711| A|er |d|0003 | A|49998|0166290 drawing Data=h684-1505a05 |53711| A|er |d|0001 | A|49998|0039892 drawing Data=h684-1505a05 |53711| A|er |d|0001.1 | A|49998|0011824 drawing Data=h684-1505a05 |53711| A|er |d|0002 | A|49998|0068709 drawing Data=h684-1505a05 |53711| A|er |d|0003 | A|49998|0049591 drawing Data=h684-1505a05 |53711| A|er |d|0004 | A|49998|0064381 drawing Data=h684-1505a05 |53711| A|er |d|0005 | A|49998|0066716 drawing Data=h684-1505a05 |53711| A|er |d|0006 | A|49998|0019662 drawing Data=h684-1505a05 |53711| A|er |d|0007 | A|49998|0277934 drawing Data=h684-1505a05 |53711| A|er |d|0008 | A|49998|0228605 drawing Data=h684-1505a05 |53711| A|er |d|0009 | A|49998|0202813 drawing Data=h684-1505a08 |53711| A|er |d|0001 | A|49998|0063220 drawing Data=h684-1505a08 |53711| A|er |d|0001.1 | A|49998|0023665 drawing Data=h684-1505a08 |53711| A|er |d|0002 | A|49998|0111529 drawing Data=h684-1505a08 |53711| A|er |d|0003 | A|49998|0076624 drawing Data=h684-1505a08 |53711| A|er |d|0004 | A|49998|0043485 drawing Data=h684-1505a08 |53711| A|er |d|0005 | A|49998|0052444 drawing Data=h684-1505a08 |53711| A|er |d|0006 | A|49998|0060448 drawing Data=h684-1505a08 |53711| A|er |d|0007 | A|49998|0228873 drawing Data=h684-1505a10 |53711| A|er |d|0001 | A|49998|0051242 drawing Data=h684-1505a10 |53711| A|er |d|0001.1 | A|49998|0019823 drawing Data=h684-1505a10 |53711| A|er |d|0002 | A|49998|0064955 drawing Data=h684-1505a10 |53711| A|er |d|0003 | A|49998|0016187 drawing Data=h684-1505a10 |53711| A|er |d|0004 | A|49998|0039176 drawing Data=h684-1505a10 |53711| A|er |d|0005 | A|49998|0092840 drawing Data=h684-1505a11 |53711| A|er |d|0001 | A|49998|0044912 drawing Data=h684-1505a11 |53711| A|er |d|0001.1 | A|49998|0030478 drawing Data=h684-1505a11 |53711| A|er |d|0002 | A|49998|0072815 drawing Data=h684-1505a11 |53711| A|er |d|0003 | A|49998|0192093 drawing Data=h684-1505a11 |53711| A|er |d|0004 | A|49998|0178728 drawing Data=h684-1505a17 |53711| B|er |d|0001 | B|49998|0037760 drawing Data=h684-1505a17 |53711| B|er |d|0001.1 | B|49998|0035207 drawing Data=h684-1505a17 |53711| B|er |d|0001.2 | B|49998|0022573 drawing Data=h684-1505a17 |53711| B|er |d|0002 | B|49998|0054795 drawing Data=h684-1505a17 |53711| B|er |d|0003 | B|49998|0069519 drawing Data=h684-1505a17 |53711| B|er |d|0004 | B|49998|0033609 drawing Data=h684-1505a18 |53711| B|er |d|0001 | B|49998|0036238 drawing Data=h684-1505a18 |53711| B|er |d|0001.1 | B|49998|0028959 drawing Data=h684-1505a18 |53711| B|er |d|0001.2 | B|49998|0017111 drawing Data=h684-1505a18 |53711| B|er |d|0002 | B|49998|0054081 drawing Data=h684-1505a18 |53711| B|er |d|0003 | B|49998|0030868 drawing Data=h684-1505a22 |53711| A|er |d|0001 | A|49998|0041854 drawing Data=h684-1505a22 |53711| A|er |d|0001.1 | A|49998|0031258 drawing Data=h684-1505a22 |53711| A|er |d|0002 | A|49998|0049185 drawing Data=h684-1505a22 |53711| A|er |d|0003 | A|49998|0041149 drawing Data=h684-1505a22 |53711| A|er |d|0004 | A|49998|0200472 drawing Data=h684-1505a26 |53711| A|er |d|0001 | A|49998|0042850 drawing Data=h684-1505a26 |53711| A|er |d|0001.1 | A|49998|0021670 drawing Data=h684-1505a26 |53711| A|er |d|0002 | A|49998|0053195 drawing Data=h684-1505a26 |53711| A|er |d|0003 | A|49998|0201664 drawing Data=h684-1505a41 |53711| B|er |d|0001 | A|49998|0679677 drawing Data=h684-1505a45 |53711| A|er |d|0001 | A|49998|0259819 drawing Data=h684-1505a47 |53711| A|er |d|0001 | A|49998|0209879 drawing Data=h684-1505a53 |53711| B|er |d|0001 | B|49998|9999999 drawing Data=h684-1505a54 |53711| A|er |d|0001 | A|49998|1149113 drawing Data=h684-1505a63 |53711| A|er |d|0001 | A|49998|0231978 drawing Data=2621-625-03 |96169|al| |d|0001 |al|00026|0000000 drawing Data=2640-809x10 |96169| C| |d|0001 | C|00026|0000000 drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180 drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982 drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881 drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692 drawing Data=7286781 |53711| A| |d|0000.cov | A|49998|0039333 drawing Data=7286781 |53711| A| |d|0001 | A|49998|0079794 drawing Data=7286781 |53711| A| |d|0002 | A|49998|0037296 drawing Data=7286781 |53711| A| |d|0003 | A|49998|0009867 drawing Data=7286781 |53711| A| |d|0004 | A|49998|0010513 drawing Data=7286781 |53711| A| |d|0005 | A|49998|0026590 drawing Data=7286781 |53711| A| |d|0006.1 | A|49998|0060938 drawing Data=7286781 |53711| A| |d|0006.2 | A|49998|0058985 drawing Data=7286781 |53711| A| |d|0006.3 | A|49998|0056660 drawing Data=7286781 |53711| A| |d|0006.4 | A|49998|0057452 drawing Data=7286781 |53711| A| |d|0006.5 | A|49998|0062979 drawing Data=7286781 |53711| A| |d|0006.6 | A|49998|0022145 drawing Data=7286781 |53711| A| |d|0006.7 | A|49998|0036865 drawing Data=7286781 |53711| A| |d|0007.1 | A|49998|0024658 drawing Data=7286781 |53711| A| |d|0007.10 | A|49998|0039600 drawing Data=7286781 |53711| A| |d|0007.11 | A|49998|0038232 drawing Data=7286781 |53711| A| |d|0007.12 | A|49998|0026294 drawing Data=7286781 |53711| A| |d|0007.2 | A|49998|0034537 drawing Data=7286781 |53711| A| |d|0007.3 | A|49998|0034247 drawing Data=7286781 |53711| A| |d|0007.4 | A|49998|0034359 drawing Data=7286781 |53711| A| |d|0007.5 | A|49998|0035392 drawing Data=7286781 |53711| A| |d|0007.6 | A|49998|0034156 drawing Data=7286781 |53711| A| |d|0007.7 | A|49998|0033150 drawing Data=7286781 |53711| A| |d|0007.8 | A|49998|0039657 drawing Data=7286781 |53711| A| |d|0007.9 | A|49998|0040668 drawing Data=7286781 |53711| A| |d|0008.1 | A|49998|0028730 drawing Data=7286781 |53711| A| |d|0008.2 | A|49998|0043722 drawing Data=7286781 |53711| A| |d|0008.3 | A|49998|0012156 drawing Data=7286781 |53711| A| |d|0008.4 | A|49998|0008759 drawing Data=7286781 |53711| A| |d|0009 | A|49998|0175577 drawing Data=7286781 |53711| A| |d|0010 | A|49998|0134538 drawing Data=7286781 |53711| A| |d|0011 | A|49998|0172553 drawing Data=7286781 |53711| A| |d|0011.1 | A|49998|0087153 drawing Data=7286781 |53711| A| |d|0012 | A|49998|0126678 drawing Data=7286781 |53711| A| |d|0013 | A|49998|0100923 drawing Data=7286781 |53711| A| |d|0014 | A|49998|0137217 drawing Data=7286781 |53711| A| |d|0015 | A|49998|0088404 drawing Data=7286781 |53711| A| |d|0016 | A|49998|0138405 drawing Data=7286781 |53711| A| |d|0017 | A|49998|0112913 drawing Data=7286781 |53711| A| |d|0018 | A|49998|0112286 drawing Data=7286781 |53711| A| |d|0019 | A|49998|0114952 drawing Data=8617511 |53711| N| |d|0001 | N|49998|3447332 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b138 | | | |110101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=qq-n-281 | | |d |851023|a| 2| | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-b367 | | | |220401|a| | | document Ref Data=astm-b369 | | | |200401|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=astm-e1417 | | | |160615|a| | | document Ref Data=astm-e1444 | | | |160601|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=astm-d4066 | | | |130701|a| | | document Ref Data=astm-d6456 | | | |100801|a| | | document Ref Data=sae Ams 6931 | | |d |171201|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=qpl 25027 | | |17 |000207|a| | | document Ref Data=mil-dtl-32258 | | | |210601|a|2 | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |b |181118|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | | document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Towed Sonar Hull And Backup Ball Valve Assembly Must Be In Accordance With Naval Sea Systems Command Drawing 7286781 And All Drawings And Engineering Referrals Provided With This Contract/purchase Order, Except As Amplified Or Modified Herein.; 3.2 ;adiprene L100, Durometer 50-60 Shore A Is An Acceptable Alternate Material For The Static Seal (part 27) Of Navsea Drawing 7286781.; 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; material - ;astm-b369, Alloy Uns C96400; part - ;shear Sleeve, Part 18 Of Drawing 7286781; material - ;astm-b138, Uns C67500, Temper H02; part - ;shear Seal Rod, Part 20 Of Drawing 7286781; material - ;qq-n-286, Form 2, Annealed And Age Hardened; part - ;valve Stem, Part 23, And Static Seal Shaft, Part 26 Of Drawing 7286781; material - ;astm-b150, Alloy C63200, Rod, Temper Tq50 Or Tq55; part - ;plug, Piece 17a Of Drawing 2621-625-03; material - ;qq-n-281 With Mechanical Properties In Accordance With General Note 16 On Drawing 2621-625-03; part - ;studs, Part 88 Of Drawing 7286781; material - ;mil-dtl-1222, Type Iv, Qq-n-286, Annealed And Age Hardened; part - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781; material - Qq-n-281, Class A Or B, With Chemical Composition In Accordance With Mil-dtl-32258. note: All Material Must Be The Same Class. self-locking Element - For 250 Degree Nuts Use Astm-d6456, Type 1 Or Astm-d4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 Degree Nuts Use Astm-d6456, Type 1. part - ;ball, Piece 17li Of Drawing 8617511; material - Sae-ams-6931 or centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6. note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6" to 10", Must Be Applied. part - ;seats (q3), Piece 16 Of Drawing 7285297; material - Md71-gg Mearthane (graphite Filled Urethane). Material Must Be Manufactured By Mearthane Products Inc. Cranston, Ri. (properties Specified Below Only) item Property Astm Test Method Value (a) Hardness D2240 70 +/- 5 Shore D (b) Specific Gravity D792 1.18 +/- 0.02 (c) Tensile Strength D412 (diec) 5000 Psi Min (d) Compression-defl D575 700 Psi Min @ 2% Def. (e) Tensile Impact D1822 300 Ft-lb/sq In (note 1) (type L Specimen) (f) Water Absorption D570 1.5% Max (1 Week At R.t.) note 1: These Values Are Minimum Averages. Separate Specimen Values May Not Vary More Than 25% Under The Specified Minimum. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Non-destructive Tests item - ;weld Repair (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification attribute - Annealing And Age Hardening item - ;shear Seal Rod, Part 20, And Stud, Part 88 Of Drawing 7286781; performance - Qq-n-286 test - ;dye Penetrant Inspection For Non-magnetic Grades; item - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781; performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444 (method C Solvent Removal Techniques Must Not Be Used On Thread) acceptance - ;nasm25027 With Sampling In Accordance With Mil-dtl-32258; test - ;visual Inspection (root Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - ;visual Inspection (final Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - Weldability Test Of Astm-b369 Material item - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; performance - Astm-b369 acceptance - Astm-b369 test - Pressure Tests item - Each Assembly performance - ;general Notes 7001, 7003, 7006, And 7008; acceptance - ;general Notes 7001, 7003, 7006, And 7008; test - Quality Conformance Tests item - Self-locking Nuts performance - ;mil-dtl-32258; acceptance - ;mil-dtl-32258; attribute - Certificate Of Compliance item - Self-locking Nuts performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex self-locking Nuts. attribute - Certificate Of Completion item - Self-locking Nut Nonmetallic Insert performance - ;astm D6456, Type 1 Or Astm D4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5, Or 6; 3.5 Radiography Is Required On ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; . 3.6 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.7 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.8 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.9 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay. 3.10 ;surface Waviness Must Be Verified Prior To Teflon Coating.; 3.11 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;8; of Drawing ;8617511; . 3.11.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/ 3.11.2 Csd099 Provides Guidance For Acceptance/rejection Of Teflon-coated Valve Balls After Valve Assembly Production Testing. 3.12 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd099; In Ecds At Https://register.nslc.navy.mil/ 3.13 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 3.14 Specification Change - For Qq-n-281, Class B Material: 1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply. 2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply. 3.15 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.15.1 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. 3.15.2 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. 3.15.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 3.16 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.16.1 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. 3.16.2 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. 3.17 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.) 3.17.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.17.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.18 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.19 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.19.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.19.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.19.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.20 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.21 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.22 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.23 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887245356; ) Must Be Added. When No Plate Is Specified, An Identification plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.24 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. 3.24.1 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. 3.24.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.24.3 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. 3.25 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. 3.26 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.26.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.27 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.28 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable. 3.28.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal. 3.28.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.) 3.28.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection. (a) Film (b) Rss/rsss (c) Rs (reader Sheets) (d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet) 3.29 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. 3.30 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.30.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.30.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.") 3.30.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.30.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.30.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.30.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.30.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.30.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.30.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.30.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.30.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.30.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.31 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Heavy Hex Nuts Must Be Marked In Accordance With Mil-dtl-32258; . 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. 3.31.1 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). Self-locking Screws Must Also Be Marked With Six Dots. 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. 3.32 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. 3.32.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.32.2 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. 3.32.3 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. 3.32.4 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. 3.32.5 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. 3.33 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. 3.33.1 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. 3.33.2 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. 3.34 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." 3.35 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. 3.35.1 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. 3.35.2 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. 3.35.3 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. 3.35.4 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. 3.36 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: 3.36.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.36.2 Inspection For Completeness And Proper Type. 3.36.3 Verification Of Material Quality Received. 3.36.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.36.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.36.6 Identification And Protection From Improper Use Or Disposition. 3.36.7 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. 3.36.8 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. 3.36.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.37 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.37.1 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. 3.38 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, 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. 3.38.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.38.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.38.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Waterway And The Seats Must Be Marked On The Outer Cylindrical Surface.; 3.38.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.38.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.39 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.39.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As applicable, Of The Material Supplied. 3.39.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.39.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number _______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.39.4 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. 3.39.5 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. 3.39.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.40 Material Handling - The Written Material Control Process Must Include The Following: 3.40.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.40.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.40.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.40.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Municipality Of Looc, Romblon Tender

Civil And Construction...+1Road Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Rehabilitation Of Local Access Road In Sitio Centro, Brgy. Punta, Looc, Romblon The Municipal Government Of Looc, Romblon, Through The Annual Budget 2025-20% Development Fund Intends To Apply The Sum Of Two Million Pesos (p 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Infra-2025-01-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Looc, Romblon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Forty-one (41) 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). 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. Interested Bidders May Obtain Further Information From The Municipal Government Of Looc, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 5, 2025 From 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 P 2,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Municipal Government Of Looc, Romblon Will Hold A Pre-bid Conference On January 22, 2025 – 02:00 P.m. At Municipal Session Hall – Brgy. Poblacion, Looc, Romblon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before February 5, 2025 – 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 5, 2025 – 2:00 P.m. At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipal Government Of Looc, Romblon 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. For Further Information, Please Refer To: Candido Alfred A. Bancoro, Ii, Enp Mpdc/bac Chairperson Bac Secretariat: Mrs. Leonor F. Farquerabao Mrs. Maria Cristine G. Guarino Ms. Ana Dominique B. Bantang Lgu-looc, Romblon Poblacion, Looc, Romblon January 13, 2024 Candido Alfred A. Bancoro Ii, Enp Bac Chairperson Contract Reference Number: Infra-2025-01-02 Name Of The Contract: Rehabilitation Of Local Access Road In Sitio Centro Location Of The Contract: Brgy. Punta, Looc, Romblon Standard Form Number: Sf-infr-55 Revised On: August 11, 2004 Bill Of Quantities Rehabilitation Of Local Access Road In Sitio Centro Brgy. Punta, Looc, Romblon Bill Of Quantities Item No. Description Unit Quantity Unit Price (pesos) Amount (pesos) I Other General Requirements (safety Health Program) Lot 1 Ii Facilities For The Engineer Lot 1 Iii Base Preparations (spreading And Tampering Of Coarse Aggregates) Sq. M 536 Iv Concrete Pavement (installation Of Forms, Fabrication Of Shear Bar, Concreting Of Roads) Sq. M 536 Grand Total Submitted By: _____________________________________ Date: ___________________ (name Of The Representative Of The Bidder) ______________________________ (position) _____________________________ (name Of The Bidder)
Closing Date5 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)

Municipality Of Looc, Romblon Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For The Rehabilitation Of Local Access Road In Sitio Magkaisa, Pili Phase 03, Brgy. Pili, Looc, Romblon The Municipal Government Of Looc, Romblon, Through The Annual Budget 2025-20% Development Fund Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Infra-2025-01-03. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Looc, Romblon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Twenty-two (22) 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). 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. Interested Bidders May Obtain Further Information From The Municipal Government Of Looc, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 5, 2025 From 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 P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Municipal Government Of Looc, Romblon Will Hold A Pre-bid Conference On January 22, 2025 – 02:00 P.m. At Municipal Session Hall – Brgy. Poblacion, Looc, Romblon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before February 5, 2025 – 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 5, 2025 – 2:00 P.m. At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipal Government Of Looc, Romblon 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. For Further Information, Please Refer To: Candido Alfred A. Bancoro, Ii, Enp Mpdc/bac Chairperson Bac Secretariat: Mrs. Leonor F. Farquerabao Mrs. Maria Cristine G. Guarino Ms. Ana Dominique B. Bantang Lgu-looc, Romblon Poblacion, Looc, Romblon January 13, 2024 Candido Alfred A. Bancoro Ii, Enp Bac Chairperson Contract Reference Number: Infra-2025-01-03 Name Of The Contract: Rehabilitation Of Local Access Road In Sitio Magkaisa, Pili Phase 03 Location Of The Contract: Brgy. Pili, Looc, Romblon Standard Form Number: Sf-infr-55 Revised On: August 11, 2004 Bill Of Quantities Rehabilitation Of Local Access Road In Sitio Magkaisa, Pili Phase 03 Brgy. Pili, Looc, Romblon Bill Of Quantities Item No. Description Unit Quantity Unit Price (pesos) Amount (pesos) I Other General Requirements (mobilization, Demobilization, Safety And Health Program) Lot 1 Ii Facilities For The Engineer Lot 1 Iii Base Preparations (spreading And Tampering Of Coarse Aggregates) Sq. M 280 Iv Concrete Pavement (installation Of Forms, Fabrication Of Shear Bar, Concreting Of Roads) Sq. M 280 Grand Total Submitted By: _____________________________________ Date: ___________________ (name Of The Representative Of The Bidder) ______________________________ (position) _____________________________ (name Of The Bidder)
Closing Date5 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)

Municipality Of Looc, Romblon Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For The Rehabilitation Of Local Access Road In Sitio Suong, Brgy. Agojo, Looc, Romblon The Municipal Government Of Looc, Romblon, Through The Annual Budget 2025-20% Development Fund Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Infra-2025-01-08. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Looc, Romblon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Twenty-four (24) 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). 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. Interested Bidders May Obtain Further Information From The Municipal Government Of Looc, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 12, 2025 From 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 P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Municipal Government Of Looc, Romblon Will Hold A Pre-bid Conference On January 30, 2025 – 02:00 P.m. At Municipal Session Hall – Brgy. Poblacion, Looc, Romblon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before February 12, 2025 – 2:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 12, 2025 – 2:00 P.m. At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipal Government Of Looc, Romblon 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. For Further Information, Please Refer To: Candido Alfred A. Bancoro, Ii, Enp Mpdc/bac Chairperson Bac Secretariat: Mrs. Leonor F. Farquerabao Mrs. Maria Cristine G. Guarino Ms. Ana Dominique B. Bantang Lgu-looc, Romblon Poblacion, Looc, Romblon January 21, 2025 Ronald P. Fetalsana, Rsw Mswdo/ Bac Vice Chairperson Contract Reference Number: Infra-2025-01-08 Name Of The Contract: Rehabilitation Of Local Access Road In Sitio Suong Location Of The Contract: Brgy. Agojo, Looc, Romblon Standard Form Number: Sf-infr-55 Revised On: August 11, 2004 Bill Of Quantities Rehabilitation Of Local Access Road In Sitio Suong Brgy. Agojo, Looc, Romblon Bill Of Quantities Item No. Description Unit Quantity Unit Price (pesos) Amount (pesos) I Other General Requirements (mobilization, Health And Safety Program) Lot 1 Ii Facilities For The Engineer Lot 1 Iii Base Preparations (spreading And Tampering Of Coarse Aggregates) Sq. M 245 Iv Concrete Pavement (installation Of Forms, Fabrication Of Shear Bar, Concreting Of Roads) Sq. M 245 Grand Total Submitted By: _____________________________________ Date: ___________________ (name Of The Representative Of The Bidder) ______________________________ (position) _____________________________ (name Of The Bidder)
Closing Date12 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)

Western Railway - WR Tender

Works
Electrical Goods and Equipments...+2Electrical Works, Electrical and Electronics
Ireps
India
Details: Description:- Design, Supply, Fixing, Testing And Commissioning Of Lt Panel (mccb - Incoming & mccb - Outgoing) Comprising With The Following Mccbs Fixed In It Of Make Havells, Abb, C&s, siemens, L&t, Schneider, Legrand Or Equivalent Conforming To Iec 60947-2 / Is 13947: 2008 Or Latest with Digital Measuring Instrument & Bus-bar Arrangement Confirming To Is 8623:2008 Or Latest And As per Is, Ie Rules And Site Requirement. A)400amps Microprocessor Mccb 4p 36 Ka= 01 No. (incoming). b) 400amps On Load Change Over Switch (cos)= 01 No. C) 250amps Microprocessor Mccb 4p 36 Ka= 04 Nos. (outgoing). D) 160amps Microprocessor Mccb 4p 36 Ka= 04 Nos. (outgoing). The Panel Shall be Complete With High Conductivity Bus Bars For Phases And 400 A For Neutral, 3 Phase 4 Wire 415 V electronic Digital Panel Ampere Meter & Kwh Meter On Each Outgoing Feeder Etc. Panel Shall Be fabricated In Compartmentalized (preferably) Design From Crca Sheet Steel Of 2 Mm Thick For Main frame,doors,covers&partitions,3mmthickforgland,plates Andaccessoriesaspersite requirement And Direction Of E-in-c, Cleaning & Finishing Complete With 7 Tank Process, Cpri Approved with 65 Ka And Ip-55, Powder Coated In Approved Shade.
Closing Date23 Jan 2025
Tender AmountINR 4.9 Million (USD 57.6 K)

Municipality Of San Francisco, Cebu Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description 1 Labor Services: Mn5554 1 Unit Remove And Install All Inner And Outer Accessories To Give Way For Repair Weld And Fabricate All Corroded Panel Inner And Outer Using G.i Sheet # 16 Rear Flooring, Rear Stepboard Panel, Rear Tail Light Frame Left And Right, Cargo Siding Left And Right Patching, Front Wheel Box Panel Left And Right , Rear Door Left And Right And Install Door Lock Back Frame, Near Cowl & Cowl Frame Straighten And Align All Dented Panel From Cowl To Passenger Panel Fix And Repair Front Bumper Pad Assy Body Painting: Scrape Rear Panel Cargo Siding Left And Right And Rear Door Left And Right Once Over Paint Using Urethane Materials Inner And Outer Panel Car Tint: Remove Old Tint And Replace New Using Platinum Brand Renew Front Left And Right Door Window Riser & 4 Pcs Sliding Door Lock Glass And Rear Door Lock Rust Proofing Underneath Body Sticker/paint ( Company Logo) Parts: 2 2 Pcs Front Window Riser. Left & Right 2 Pcs 3 4 Sets Sliding Door Lock Glass 4 Sets 4 1 Set Rear Door Lock Mechanism 1 Sets
Closing Date5 Feb 2025
Tender AmountPHP 196.6 K (USD 3.3 K)
3101-3110 of 3441 archived Tenders