Fabrication Tenders

Fabrication Tenders

BARANGAY BALE SAN JULIAN CALINOG, ILOILO Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 148.7 K (USD 2.5 K)
Details: Description 151 Bag Portland Cement Type 1 1,103 Pc Concrete Hallowblocks #4 76 Pc Grade 33, 10mm Dia. X 6m Deforemed Reinforcing Steel Bar 52 Pc Grade 33, 12mm Dia. X 6m Deforemed Reinforcing Steel Bar 30 Kg G.i Tie Wire #16 4 Cu.m Gravel 3/4 8 Cu.m Washed Sand 10 Length 1-1/4" X 1-1/2" G.i Pipe Schedule 40 2 Sheet 0.70mm G.i Plain Sheet 3' X 8' 14 Pc Cylindrical Hinges 1-1/2" 14 Length 1" X 1" 1/4" Angle Bar 20 Kg Welding Rod 4 Pc Fabricated Lock 3 Gal Metal Primer 1 Gal Paint Thinner 2 Pc Paint Brush #2 2 Pc Paint Brush #3 15 Pc Cutting Disc.

Oriental Mindoro Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 1.8 Million (USD 31.7 K)
Details: Description Item B.5 Project Billboard/ Sign Board Item B.7 Occupational Safety And Health Program Item 800 (2) Clearing And Grubbing Item 807(5) Hardscape Item 900(1)c2 Structural Concrete (footings And Slab On Fill), A, 28 Days Item 900(1)c5 Structural Concrete (suspended Slab), A, 28 Days Item 900(1)c6 Structural Concrete (beams/girders), A, 28 Days Item 902(1)a Reinforcing Steel Deformed, Grade 40 Item 903(1) Forms And Falseworks Item 1047(10) Metal Structure Acessories Item Spl I Painting Works (masonry Painting) Item Spl Ii Painting Works, Steel Item 1013(2)a1 Fabricated Metal Roofing Accessory, Gauge 26, Ridge/hip Rolls Item 1014(1)b Prepainted Metal Sheets Rib Type, Long Span, Above 0.427 Mm Item 1047(8) Structural Steel Roof Framing Item 1002(27) Plumbing Works

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
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|0001aa|5 Ay|tbd|0001ab|15 Ay|tbd||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report- Certifications Combo- Receiving Report & Invoice- Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a|n /a|see Dd Form 1423 | Port_ptnh_wawf_notification@navy.mil | navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| 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 (nov2023))|5|||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| 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 (nov 2023))|5|||||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2023)|13|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm Fixed| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| dd1423 Data Item A001 May Be Waived If Already On File Atnavsup Wss Mechanicsburg. any Contract Awarded As A Result Of This Solicitation Will Be Do Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;s1e10203 99517 G B s3c10053 99517 E B s3c10054 99517 E B v3e10103 99517 J B v3d10436 99517 E B v3d10425 99517 G B v3d10424 99517 D B f3c10321 99517 D B wi-s1e10203 99517 A B ptp-s1e10203-03 99517 C B; 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=astm-a182 | | |a |191101|a| | | document Ref Data=astm-a240 | | |a |201115|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-a581 | | |b |950910|a| | | document Ref Data=astm-a582 | | | |211101|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=sae Ams 5643 | | |v |180101|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=mil-dtl-18240 | | |f |000313|a| 1| | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|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 | | | |950801|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;complete Pressure Reducing Manifold Assembly To Be In Accordance With Vacco Drawing S1e10203, Assembly Part Number S1e10203-03 With Vacco Document Wi-s1e10203, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: ;vacco Drawing S1e10203, Assembly Part Number S1e10203-03 (manifold Assembly); part - ;body, Item 1; material - ;sae Ams-qq-s-763, Class 304, Condition A Or Astm-a182, Class 304 Or Astm-a240, Class 304; part - ;filter Cap, Item 2 And Tube, Item 8; material - ;astm-a582, Type 303; part - ;port Adapter (inlet), Item 3; Port Adapter (outlet), Item 7; Inlet Thread Piece, Item 12; And Outlet Thread Piece, Item 13; material - ;sae Ams 5643, Condition H-1025; part - ;self-locking Socket Head Cap Screws, Items 23, 27, 28, 29, 30, 31, 32, And 34; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240; part - ;plug, Item 4; material - ;astm-a581, Type 303 Or Astm-a582, Type 303; ;vacco Drawing S3c10053, Assembly Part Number S3c10053-01 (gage Connector); part - ;body, Item 1; material - ;sae Ams-qq-s-763, 300 Series Or Astm-a582, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing S3c10054, Assembly Part Number S3c10054-01 (pressure Bleed Block); part - ;body, Item 1; material - ;astm-a582, 300 Series Or Sae Ams-qq-s-763, 300 Series; part - ;stem, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3e10103, Assembly Part Number V3e10103-02 (pressure Regulator); part - ;poppet, Item 4 And Guide, Item 17; material - ;sae Ams 5643, Condition H-1025; part - ;seat Retainer, Item 2; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;self-locking Socket Head Cap Screws, Item 28; material - ;sae Ams 5643, Condition H-1025 With Self-locking Element Per Mil-dtl-18240, Type L; part - ;seat Plate, Item 10; material - ;sae Ams 5643, Condition H-1150; part - ;dome Cap, Item 21; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;retainer, Item 5; material - ;astm-a582, Type 303; part - ;plug, Item 29 And Bleed Plug, Item 30; material - ;sae Ams-qq-s-763, Class 304, Condition A With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; ;vacco Drawing V3d10436, Assembly Part Number V3d10436-01 (loading Block); part - ;body, Item 1 And Orifice Block, Item 2; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;seat, Item 3; material - ;astm-b138, C67500 Or Astm-b150, Alloy C62400 Or Alloy C63200; part - ;stem, Item 5; material - ;sae Ams 5643, Condition H-1025; part - ;gland, Item 6; material - ;astm-b138, Alloy C67500, Half Hard; ;vacco Drawing V3d10425, Assembly Part Number V3d10425-01 (inlet / Bypass Valve); part - ;bonnet, Item 4; material - ;astm-a582, Type 303, Condition A; part - ;poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing V3d10424, Assembly Part Number V3d10424-01 (outlet Valve); part - ;bonnet, Item 1; material - ;astm-a582, Type 303; part - ;orifice Block, Item 2 And Poppet, Item 3; material - ;sae Ams 5643, Condition H-1025; ;vacco Drawing F3c10321, Assembly Part Number F3c10321-225 (dp Indicator); part - ;body, Item 1 And Bonnet, Item 4; material - ;astm-a582, Type 303; part - ;adjusting Screw, Item 9; material - ;astm-a582, Type 303 With Self-locking Element To Meet The Intent Of Mil-dtl-18240, Type N; part - ;piston, Item 2; material - ;sae Ams 5643, Condition H-1025; 3.3 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 - ;visual Inspection (root And Final Layer); item - ;weldments; performance - ;t9074-as-gib-010/271; acceptance - ;mil-std-2035; test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;item 1 Of Drawing S1e10203; Item 1 Of Drawing S3c10053; Item 1 Of Drawing S3c10054; Items 21, 29, And 30 Of Drawing V3e10103; And Items 1 And 2 Of Drawing V3d10436; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - ;quality Conformance Tests; item - ;each Manifold Assembly; performance - ;ptp-s1e10203-03; acceptance - ;ptp-s1e10203-03; test - ;liquid Penetrant Inspection; item - ;items 23, 27, 28, 29, 30, 31, 32, And 34 Of Drawing S1e10203 And Item 28 Of Drawing V3e10103; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 test - Intergranular Corrosion Testing item - ;item 1 Of Drawing S1e10203 (only For Astm-a240 Material); performance - Astm-a262, Practice E acceptance - Astm-a262 3.4 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. 3.5 Heat Treat Requirements - Mechanical Properties (via Tension Testing And Hardness Testing If Hardness Is Required By The Applicable Material Specification) Are Required For Each Heat In Each Heat Treat Charge For Astm-a234, Astm-a403, Astm-a182, And astm-a105 Material. 3.5.1 If Heat Treatment Is Performed In Continuous-type Furnaces With Suitable Temperature Control And Equipped With Recording Pyrometers So That Complete Heat-treatment Records Are Available, A Heat-treatment Charge Must Be Considered As Any Continuous Run not Exceeding An 8-hr Duration. One Tension Test Must Be Taken From One Forging Per Heat In Each Heat Treatment Charge At A Minimum Of Every 8 Hours. 3.5.2 Certification Of Mechanical Properties (mechanical Analysis, Tension Testing) Must Include The Condition Furnished. The Contractor Must Maintain A Complete Record On File Of The Heat Treatment Given Each Piece, Including Stress Relief. The Contractor must Provide Either The Record Of The Final Heat Treatment Or A Heat Treatment Certification Statement. The Certification Statement Must Be Signed By The Heat-treater And Include The Date Of Heat Treatment, Duration And Temperature Of Heat Treatment Operations and Quenching Medium (if Required). 3.6 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. 3.6.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.6.2 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. 3.6.3 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. 3.7 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/ 3.8 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 887355434; ) 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. 3.9 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel Applications, or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification Data Must Be submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.10 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.11 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. 3.11.1 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. 3.11.2 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. 3.11.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.12 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. 3.12.1 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. 3.13 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. 3.13.1 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. 3.13.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.13.3 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. 3.14 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. 3.15 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 ^ 3.16 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. 3.17 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. 3.17.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.17.2 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.") 3.17.3 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. 3.17.4 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. 3.17.5 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. 3.17.6 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. 3.17.7 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. 3.17.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.17.9 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. 3.17.10 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. 3.17.11 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. 3.17.12 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. 3.18 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. 3.18.1 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. 3.18.2 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. 3.18.3 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. 3.18.4 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. 3.18.5 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. 3.19 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. 3.19.1 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. 3.19.2 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. 3.20 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." 3.20.1 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. 3.20.2 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. 3.20.3 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. 3.20.4 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. 3.20.5 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. 3.21 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: 3.21.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.21.2 Inspection For Completeness And Proper Type. 3.21.3 Verification Of Material Quality Received. 3.21.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.21.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.21.6 Identification And Protection From Improper Use Or Disposition. 3.21.7 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. 3.21.8 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. 3.21.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.22 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. 3.22.1 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. 3.23 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. 3.23.1 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. 3.23.2 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. 3.23.3 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. 3.23.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.24 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: 3.24.1 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. 3.24.2 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.) 3.24.3 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. 3.24.4 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. 3.24.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.25 Material Handling - The Written Material Control Process Must Include The Following: 3.25.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.25.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.25.3 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. 3.25.4 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. 3.25.5 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. 3.25.6 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. 3.26 Receiving Inspection - 3.26.1 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. 3.26.2 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. 3.27 Discrepancy Reporting - 3.27.1 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). 3.28 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.28.1 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. 3.28.2 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. 3.28.3 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. 3.28.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.29 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222. Sae-ams-5643, Condition H-1025 Material Is Material Designator Smm; . 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. 3.29.1 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. 3.30 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 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.2.1 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. 6.2.2 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. 6.2.3 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). 6.2.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.2.5 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. 6.2.6 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. 6.2.7 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. 6.2.8 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. 6.2.9 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. 6.2.10 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. 6.2.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.2.12 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. 6.2.13 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. 6.2.14 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. 6.2.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.2.16 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 6.2.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.2.18 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. 6.2.19 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. 6.2.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.2.21 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. 6.3 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. 6.3.1 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. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ; - 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Began Using Ecds For Submis

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: The U.s. General Services Administration (gsa) Art In Architecture Program Commissions American Artists (citizens And Lawful Permanent Residents Or Permanent Workers Of The United States) To Create Publicly Scaled And Permanently Installed Artworks For Federal Buildings Nationwide. gsa Announces An Opportunity For A Federal Art Commission In Conjunction With The New Construction Of A New Highgate Springs Land Port Of Entry (lpoe) In Highgate Springs, Vermont. gsa Is Working With Its Tenant Agencies: U.s. Customs And Border Protection (cbp), U.s. Food And Drug Administration (fda), And The Usda Animal & Plant Health Inspection Services (aphis) – To Design And Construct A New Facility Capable Of Handling The Increased Traffic At The Port Of Highgate Springs Lpoe, Which Is Located In Highgate Springs, Vt, Across The U.s.-canada Border From St. Armand, Quebec And Adjacent To Lake Champlain. the Existing 44,000 Sq Ft Highgate Springs Lpoe Operates 24/7 At The Border Crossing Between The Multilane U.s. Interstate-89 (i-89) And Canada Route 133 To Montreal. Following Completion Of Canada's A35 Highway Project, Traffic Volume Is Projected To Increase By 30% At The Highgate Springs Lpoe Border Crossing, Requiring A Larger Facility Of Approximately 116,000 Sq Ft. with The Completion Of The Project, The Building Will Apply For Leadership In Energy And Environmental Design (leed) Gold Certification. gsa Allocates One-half Of One Percent (0.5%) Of The Estimated Construction Costs Of New Or Modernized Federal Facilities For Art Commissions. The Art Budget For The New Highgate Springs Land Port Of Entry (lpoe) In Highgate Springs, Vermont Project Is Estimated To Be $500,000. One Or More Artists Will Be Awarded A Fixed-price Contract For A Commission. artists Who Wish To Be Considered For This Gsa Art Commission Must Submit Application Materials To Gsa By The Sam Contract Opportunity’s Response Date. Artists May Also Elect To Be Considered For All Future Gsa Art Commissions By Submitting Application Materials To Gsa’s National Artist Registry (registry). Instructions On How To Submit Application Materials And Join The Registry Are Available On The Following Web Site: www.gsa.gov/artinarchitecture all Artists Who Wish To Be Considered As Candidates For A Commission At The New Highgate Springs Land Port Of Entry (lpoe) In Highgate Springs, Vermont, Must Have Their Application Materials Submitted And Received By Gsa By 5:00 Pm Eastern Time On 1/3/2025. Artists’ Submissions Received After The Deadline Will Not Be Considered For This Project But Will Be Eligible For Consideration On Future Gsa Commissions Alongside The Other Artists On The Registry. Artists Already On The Registry Need Not Resubmit But May Elect To Update Their Information Prior To The Deadline. gsa Evaluates Artists Based On The Following Criteria: The Media, Materials, Content And Style Of The Artist’s Past Work, Along With The Artist’s Past Performance And Experience With Commissions Or Projects Similar To The One Described In This Synopsis. shortlisted Artists Will Be Contacted And Asked To Submit Additional Information, Including A Statement That The Artist Can Perform The Work Associated With The Gsa Commission Within The Identified Budget. Gsa Will Count The Combined Weight Of All The Selection Criteria As Significantly More Important Than Price. at A Minimum, The Scope Of Services For This Commission Will Require Collaboration With The Lead Designer Selected For The Building Project; Development Of Preliminary And Final Concepts; Fabrication Of The Artwork; Participation In Meetings And Conservation Reviews As Necessary; And The Installation Of The Artwork At The Project Site. gsa Will Prioritize Commissioning Artworks In Accordance With 41 Fmr 102-77.21.

Province Of Cavite Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 134.6 K (USD 2.3 K)
Details: Description Parts: 1) 1 Pc Fuel Filter Unit Cost: 2,800.00 2) 1 Pc Air Filter Unit Cost: 2,900.00 3) 1 Pc Ignition Switch Unit Cost: 3,850.00 4) 1 Pc Solenoid Supply Pump Unit Cost: 4,500.00 5) 1 Set Generator Set Change Oil Unit Cost: 3,200.00 6) 1 Pc Contact Cleaner Unit Cost: 468.00 7) 1 Pc Degreaser Unit Cost: 468.00 Labor: 8) 1 Set Complete Repair Of Generator Set Unit Cost: 9,500.00 *repair And Replacement Of Ignition Switch *cleaning & Fixing Of Fuel Line *repair & Cleaning Of Injector Line *replacement Of Fuel Filter *replacement Of Air Filter *cleaning Of Contact Socket *gen Set Change Pil *complete Labor Charge Engine Change Oil Parts: 9) 1 Set Drive Belt Unit Cost: 2,850.00 10) 1 Pc Fuel Filter Unit Cost: 1,900.00 11) 1 Pcs Air Filter Unit Cost: 1,600.00 12) 2 Pcs Flushing Oil Unit Cost: 588.00 13) 1 Set Engine Change Oil- Fully Synthetic Unit Cost: 12,500.00 *complete Labor Charge 14) 1 Set Top-up Fluids Unit Cost: 3,500.00 *atf *coolant *brake Fluid *wind Shield Washer Fluids Labor: 15) 1 Lot Pull Out And Replacement Of Drive Belt Unit Cost: 3,200.00 *replacement Of Fuel Filter *replacement Of Air Filter *complete Labor Charge Brake System: Parts: 16) 2 Pcs Brake Cleaner Unit Cost: 690.00 17) 2 Pcs Degreaser Unit Cost: 468.00 Labor: 18) 2 Set Pull Front Wheel L/r Unit Cost: 1,450.00 *pull Out Inner & Outer Bearing & Repacking L/r *cleaning Of Brake Shoe Mechanism L/r *adjustment Of Brake L/r *bleeding 19) 2 Set Pull Out Rear Wheel L/r Unit Cost: 1,450.00 *pull Out Inner & Outer Bearing & Repacking L/r *cleaning Of Brake Shoe Mechanism L/r *adjustment Of Brake L/r *bleeding Labor: 20) 2 Set Complete Labor Charge Cleaning Of A/c 2 Units F/r Unit Cost: 6,800.00 *cleaning Of Aircon Line *flushing Of Units *leak Testing *vacuuming Flushing Bowl Problem: 21) 1 Lot Complete Repair And Cleaning Of Vacuum Flushing Control Unit Unit Cost: 9,500.00 *checking Repair Of Electrical Wirings *complete Labor Charge X-ray Machine Post Problem 22) 1 Lot Dismantling Of X-ray Machine Post & Machine Arm Unit Cost: 42,500.00 *repair Of Base Mounting *fabrication Of Support Brackets & Shafting Nuts *welding Works & Alignment Of Post *fixing Of Pulled Out Parts Including Electrical System *complete Labor Charge 23) 1 Lot Repair & Replacement Of Main Door Lock Unit Cost: 6,500.00 *complete Labor Charge

Schweizerische Bundebahnen SBB, Infrastruktur Einkauf, Supply Chain Und Produktion, Einkauf Energie Tender

Furnitures and Fixtures
Switzerland
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: Title: Entraînements À Moteur description: Le Présent Appel D'offres A Pour Objet L'attribution D'un Marché Pour Des Entraînements À Moteur Pour 3 Ans Et 2 Options Pour Chacune Des 3 Années Supplémentaires. Dans Le Cadre De L'aménagement Et De L'entretien De L'infrastructure Ferroviaire, Les Cff Sa Prévoient D'acquérir Des Entraînements À Moteur Pour Actionner Les Commutateurs De La Caténaire. L'appel D'offres Comprend La Fabrication, Le Contrôle Et La Livraison Des Entraînements De Moteurs, Y Compris Les Éventuels Dispositifs De Montage Et D'adaptation Au Système Existant Aux Cff. L'appel D'offres Est Divisé En Trois Lots Comme Suit : Lot 1 : Entraînement Motorisé (version Standard Fs Cff) Il Faut S'attendre À Un Besoin Total D'environ 200-300 Pièces Par An. Le Marché Est Attribué Au Fournisseur Arrivé En Première Et Deuxième Position (dual Sourcing). La Sa Cff Se Réserve Le Droit De N'attribuer Le Marché Qu'à L'entreprise Classée Première, Dans La Mesure Où Le Prix De L'offre De L'entreprise Classée Deuxième Dépasse De Plus De 20% Le Prix De L'offre De L'entreprise Classée Première. Le Premier Fournit Environ 60% Des Besoins Totaux Et Le Deuxième Environ 40%. Les Cff Se Réservent Le Droit De Procéder À Des Adaptations, Car Les Besoins Exacts Sur Toute La Durée Du Contrat Ne Sont Pas Encore Connus. La Sa Cff Se Réserve Le Droit De N'inviter Que Les Soumissionnaires Répondant Aux Critères Et Ayant Des Chances D'être Retenus Pour La Mise À Disposition D'un Prototype À Tester Dans Les Ateliers Des Cff. Lot 2 : Entraînement Motorisé (articulation Inversée, Flexball) Il Faut S'attendre À Un Besoin Total D'environ 10 Pièces Par An. Le Marché Sera Attribué À L'adjudicataire Classé Premier Du Lot 1. Lot 3 : Remplacement De L'entraînement Par Moteur Spécial On Peut S'attendre À Un Besoin D'environ 5 Pièces Par An. L'entraînement Par Moteur Spécial Est Utilisé Pour Les Courses Plus Importantes De 300 À 400 Mm Sur Les Postes D'échafaudage Existants Avec Sectionneur De Commutation. Le Marché Est Attribué À Un Fournisseur. La Sa Cff Se Réserve Le Droit De N'inviter Que Les Soumissionnaires Répondant Aux Critères Et Ayant Des Chances D'être Retenus Pour La Mise À Disposition D'un Prototype À Tester Dans Les Ateliers Des Cff. Les Offres Peuvent Être Soumises Pour : - Lot 1 Et 2 - Lot 1, 2 Et 3 - Lot 3 Les Quantités Mentionnées Sont Fournies À Titre Indicatif Et Permettront L’évaluation Des Offres. L’entreprise Ne Peut Pas Prétendre À Un Volume De Livraison Défini.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Nsn: 1660-01-198-2056, Iqc Pr: 1000196379, Item: Aircraft Duct Assembly this Part Is Manufactured By Pro-fab, Llc (cage 0bt76), Aerometals, Inc. (cage 32664), G. S. E. Dynamics, Inc. (cage 29183), Ibp Consulting, Inc (cage 6dng3), Aero Components, Llc (cage 59213), The Nordam Group Llc (cage 29957), D-j Engineering Inc (cage 0c7h8), Malones Cnc Machining Inc (cage 2v045), Camnetics Manufacturing Corporation (cage 0p657), Volumatic Inc (cage 1p642), Infinity Fabrication, Inc (cage 06dm5), Fmw, Inc (cage 1qjk4), Tect Hypervelocity, Inc (cage 34336), The Boeing Company (cage 81205) Under Part Number 65c18616-507. The Solicitation Will Be Issued As A 100% Small Business Set-aside. this Procurement Is For An Indefinite Quantity Contract (iqc) For A Base Period Of 5 Years With Zero (0) Options. The Estimated Annual Quantity Is 20 Each. Delivery Will Be 502 Days After Date Of Order. Inspection And Acceptance Will Take Place At Origin. Fob Is At Destination. this Item Cited Requires Data Which Is Restricted To Contractors Certified By Dod To Access Unclassified Data Per Dod 5220.22m. Certification Is Obtained By Submitting Dd Form 2345, Military Critical Technical Data Agreement, To The Defense Logistics Information Services. rights Guard Data Restrictions Apply. Prior To Requesting The Rights Guard Data, An Annual Certification For The Use Of Rights Guard Technical Data Must Be On File At Dla Aviation, Product Data Management Division (vab) Attn: Rights Guard Program, Richmond, Va 23297-5604. An Annual Rights Guard Destruction Certification Must Also Be On File If Your Company Has Received Rights Guard Data And The Time Of Destruction Has Passed. Forms Are Available By Down-loading At Https://pcf1.bsm.dla.mil/cfolders/, (select “license Agreements”, Then ’01 Boeing Rights Guard’). For Customer Service, Access The Website At Https://www.pdmd.dla.mil/cs, Or Contact Dla Aviation, Product Data Management Division (vab), 804-279-3477. this Solicitation Includes Procurement Note L09, Reverse Auction. Since A Reverse Auction May Be Conducted, Offerors Are Encouraged To Access The Procurex System To Self-register And Review The Available Training Tools At: Dla.procurexinc.com To Learn More About How To Participate In An Auction. Offerors Who Do Not Self-register Will Be Loaded At The Time Of Auction By Dla. All Questions Can Be Directed To The Reverse Auction Program Manager At Dlaavnrevauc@dla.mil. a Copy Of The Solicitation Will Be Available Via The Dla Internet Bid Board System (dibbs) At Https://www.dibbs.bsm.dla.mil/rfp On The Issue Date Cited In The Solicitation. From The Dibbs Homepage, Select “requests For Proposal (rfp) / Invitation For Bid (ifb)” From The Menu Under The Tab “solicitations.” Then Search For And Choose The Rfp You Wish To Download. Solicitations Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of The Solicitation Will Not Be Available To Requestors. The Solicitation Will Be Issued On Or About January 10, 2025.

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04025q60215y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. quotes Will Be Evaluated By Who Can Provide All The Requested Items, Delivery Time Frame And By Price. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: please Quote With Delivery To Zip Code 21226 - No Substitutions. vendor Shall Provide: all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts. item 1: Die nsn: 5110 00-030-2051 p/n: 5110 00-030-2051 description: Die, Metal Hand-stamping Mfg Name: United States Coast Guard Sflc qty: 20 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 2: Projectile Shot nsn: 1095 01-102-2043 mfg Name: H G Metals Inc / Part_nbr: Km 149 / 15 Oz description: Projectile Shot, 15 Oz 15 Oz Shot-line Projectile Assembly Each Unit Consists Of A 4 In Long Weight, 12-1/2 In Long Shot-line Tie Rod, And 15-1/2 In Long .30 Caliber Barrel Slug All Fabricated From 316l Stainless Steel. Weight To Be Powder Coated Red, Fed-std-595c No 11120. All Parts To Be Made In Accordance With Drawing 52100-1137-00b,assembly 102. Item Is Used Primarily For Long Distance, Shipto- Ship Line Handling At Sea And Will Be Used With A Specially Modified Springfield .30cal Model 1903/1917 Rifle. The Barrel Slug Must Fit And Slide Easily Through The Barrel. Each Unit To Be Shipped Completely Assembled. Pre-production Sample Required For Evaluation. qty: 20 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 3: Projectile Shot nsn: 1095 01-102-2042 mfg Name: H G Metals Inc / Part_nbr: Km149 / 13 Oz description: Projectile Shot, 13 Oz 13 Oz Shot-line Projectile Assembly Each Unit Consists Of A 3-1/2 In Long Weight, 12-1/2 In Long Shot-line Tie Rod, And 13-1/2 In Long .30 Caliber Barrel Slug Fabricated From 316l Stainless Steel. All Parts To Be Made And Asseembled Iaw Drawing 52100-1137-00b, Assembly 101. Item Is Used Primarily For Long Distance Shipto- Ship Line Handling At Sea And Will Be Used With A Specially Modified Springfield .30 Cal Model 1903/1917 Rifle. The Barrel Slug Must Fit And Slide Easily Through The Barrel. Each Unit To Be Shipped Completely Assembled. Pre-production Sample Required For Evaluation. Each Unit To Be Packaged/packed Iaw Mil-std-2073 Method 10. Individual Units Are To Be Packaged In Individual Tubes With Push On End Caps. Bracing Or Blocking Is Required To Prevent Movement Of The Projectile Withing The Tube. The End Caps Must Be Secured By Filament Tape Or Staples To Prevent The Projectile From Loosening The End Caps. Each Unit To Be Individually Marked Iaw Milstd-129p(4). Bar Coding Iaw Iso-iec 16388-2007, Code 39 Is Required. Inspection At Destination. qty: 100 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 4: Projectile, Buoyant nsn: 1095 01-102-8031 mfg Name: K-machine & Tool, Inc. / Part_nbr: Pm-149 qty: 30 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ * Delivery Address Listed Below. * *all Deliveries Are Required By 07/01/2025 ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** quote Total: uein: Naics Code: ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To D05-smb-sflc-cpd-cp3-sap-admin@uscg.mil. invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov

Research Institute For Tropical Medicine, Doh Tender

Healthcare and Medicine
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 59.4 K (USD 1 K)
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 2/lot Signage, Fabrication, Delivery, And Installation Of Philhealth Signage Size: 5ft (width) X 2ft (height) Thickness: 6 Inches Color: Pantone 604c (yellow) Material: Panaflex Process: Photographic Printing Mounting Options: Wall Mounted/hanging/floor Mounted Lighting: Lighted (using Led Or Fluorescent) Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 2/lot Signage, Fabrication, Delivery, And Installation Of Philhealth Signage Size: 5ft (width) X 2ft (height) Thickness: 6 Inches \color: Pantone 604c (yellow) Material: Panaflex Process: Photographic Printing Mounting Options: Wall Mounted/hanging/floor Mounted Lighting: Lighted (using Led Or Fluorescent) 59,400.00 Delivery Period: 45 Cd Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es

MUNICIPAL GOVERNMENT OF ATOK, BENGUET Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
Details: Description The Municipal Government Of Atok, Benguet Now Invites Bids For Mdf Package 20-2024 Project: Construction Of Multi-purpose Building At Bangawan, Abiang, Atok, Benguet. With The Following Scope Of Works: 8.5. Project Billboard/signboard 8.7. Occupational Safety And Health Program 8.9. Mobilization/demobilization 800(2). Clearing And Grubbing 803(1)a. Structure Excavation (common Soil) – Manual Excavation 804(1)a. Embankment From Structure Excavation – Manual Embankment 804(4). Gravel Bedding 900(1)c2. Structural Concrete For Footing And Slab On Fill (class A, 28 Days) – (comfort Room & Porch Area) 900(1). Structure Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) 902(1). Reinforcing Steel 903(2). Formworks And Falseworks 1001(1)a. 50mm Ø – 100mm Ø Pvc Pipe, Series 600/series 1000 1046. 100mm Chb Non Load Bearing Wall (including Reinforcing Steel) 1027(1). Cement Plaster Finish 1047(2)b. Structural Steel Roof Truss 1047(2)c. Structural Steel Purlins 1047(3)a. Metal Structures Accessories (anchor Bolt) 1047(3)b. Metal Structures Accessories (sagrods) 1047(5). Metal Structures Accessories (styeel Plates) 1013(2). Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing) 1013(2)c. Fabricated Metal Roofing Accessory (gutter) 1014. Prepainted Metal Sheet (corrugated, Short Span/long Span, Below 0.427/above 0.427 Thick) 1038(1). Reflective Insulation 1100(6). 15mm Ø – 32mm Ø Rigid Polyvinyl Chloride (pvc) Pipes 1100. Junction/utility/pull/square Box Note: 1. All Envelopes Shall Be Properly Labeled And Provided With Ear Tags/index Tabs For Every Document Submitted In The Bid Documents. (non-compliance Means Outright Disqualification Of Prospective Bidder/s) 2. All Other Requirements Shall Be Referred To The Instruction To Bidders (section Ii Of The Bidding Documents); I.e. Proper Sealing, Labeling, Marking Of Bid Envelopes, Date And Submission Of Bids, Etc. 3. Representative In The Submission Of Bid Envelope, Eligibility And Other Documents Shall Always Present A Written Authority (spa) From The Licensee/proprietor. 4. All Documents Submitted Shall Be In The Standard Forms. (non-compliance Means Outright Disqualification Of Prospective Bidder/s)
3461-3470 of 3888 archived Tenders