Fabrication Tenders
Fabrication Tenders
BARANGAY CABARITAN WEST, BALLESTEROS, CAGAYAN Tender
Civil And Construction...+2Drainage Work, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Cabaritan West Invitation To Bid For Invitation To Bid For Procurement Of Various Materials For The Construction Of Drainage Canal Along B. Cortez Street 1. The Barangay Government Of Cabaritan West, Through The 2024-barangay 20% Development Fund Approved By The Sanggunian Intends To Apply The Sum Of Two Hundred Thirteen Thousand Eighty Three Pesos And Ninety Centavos (p 213,083.90) Being The Abc To Payments Under The Contract For Project Reference No. 02-2025 – Procurement Of Various Materials For The Construction Of Drainage Canal Along B. Cortez Street. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Cabaritan West Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Cabaritan West And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 – February 19, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am Of February 19, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of February 19, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Cabaritan West Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Hilda B. Arellano Barangay Treasurer Cabaritan West, Ballesteros, Cagayan 09355246579 Hildabarellano530@gmail.com (sgd.) Kagawad Delia R. Bayuga Bac Chair
Closing Date7 Feb 2025
Tender AmountPHP 213 K (USD 3.6 K)
BARANGAY PAYAGAN EAST, BALLESTEROS, CAGAYAN Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Payagan East Invitation To Bid For Procurement Of Various Materials For The Improvement/rehabilitation Of Cooperative Recirculating Dryer & Milling Shed 1. The Barangay Government Of Payagan East, Through The Municipal Government Of Ballesteros Approved By The Sanggunian Intends To Apply The Sum Of Eighty Six Thousand Six Hundred Ninety Six Pesos & Seventy Six Centavos (p 86,696.76) Being The Abc To Payments Under The Contract For Project Reference No. 04-2024 – Procurement Of Various Materials For The Improvement/rehabilitation Of Cooperative Recirculating Dryer & Milling Shed. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Payagan East Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Payagan East And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7 – February 26, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am Of February 26, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of February 26, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Payagan East Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Aileen Aleste Barangay Treasurer Payagan East, Ballesteros, Cagayan 09161280714 (sgd.) Kagawad Esmael Lizardo Bac Chair
Closing Date14 Feb 2025
Tender AmountPHP 86.6 K (USD 1.4 K)
BARANGAY PALLOC, BALLESTEROS, CAGAYAN Tender
Civil And Construction...+2Drainage Work, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Palloc Invitation To Bid For Invitation To Bid For Procurement Of Various Materials For The Improvement/rehabilitation Of Drainage Canal Along Ammupay Street 1. The Barangay Government Of Palloc, Through The 2025 20% Development Fund Of The Barangay Approved By The Sanggunian Intends To Apply The Sum Of One Hundred Eighty Nine Thousand One Hundred Twenty Three Pesos And Ninety Eight Centavos (p 189,123.98) Being The Abc To Payments Under The Contract For Project Reference No. 07-2025 – Procurement Of Various Materials For The Improvement/rehabilitation Of Drainage Canal Along Ammupay Street. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Palloc Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Palloc And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04 – February 25, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am February 25, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of February 25, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Palloc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Gloria T. Garcia Barangay Treasurer Palloc, Ballesteros, Cagayan 09360464410 (sgd.) Kagawad Cresencia L. Alquiza Bac Chair
Closing Date13 Feb 2025
Tender AmountPHP 189.1 K (USD 3.2 K)
BARANGAY CABAYU, BALLESTEROS, CAGAYAN Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Ballesteros Barangay Cabayu Invitation To Bid For Invitation To Bid For Procurement Of Various Materials For The Improvement/rehab. Of Multi- Purpose Gymnasium 1. The Barangay Government Of Cabayu, Through The 2025 20% D.f. Of The Barangay Approved By The Sanggunian Intends To Apply The Sum Of One Hundred Eleven Thousand Two Hundred Thirty Two Pesos & Sixty Two Centavos (p 111,232.62) Being The Abc To Payments Under The Contract For Project Reference No. 02-2025 – “procurement Of Various Materials For The Improvement/rehab. Of Multi-purpose Gymnasium”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Government Of Cabayu Now Invites Bids For The Fabrication, Supply And Delivery Of The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Barangay Government Of Cabayu And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm, Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11 – March 03, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 11:30am Of March 03, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 1:30pm Of March 03, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Barangay Government Of Cabayu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Freddie V. Cabrera Barangay Treasurer Cabayu, Ballesteros, Cagayan 09068838209 Freddiecabrera387@gmail.com. (sgd.) Kagawad Benny O. Esabedra Bac Chair
Closing Date18 Feb 2025
Tender AmountPHP 111.2 K (USD 1.9 K)
BARANGAY ALULOD INDANG CAVITE Tender
Others
Philippines
Details: Description 11 Pcs. Led Lights 50w 5,508.00/pc 11 Pcs. Pre-fabricated G.i Post 2,322.00 / Pc 8 Bags Portland Cement 260/bag 1.5 Cu.m White Sand 1,520 Cu.m 2 Cu.m Gravel Sand 1,937 Cu.m 134 Bdft 2x2x8" Coco Lumber 32 Bdft 3 Kgs. Welding Rod 167/kg 2 Gals. Red Oxide 480/gal 1 Gal Paint Thinner 260 / Gal 2 Pcs. Paint Brush # 2 45/pc 67 Kgs. 10 Mm Diameter Rsb (18 Pcs) 56/kg 1 Kg, Tie Wire 18 98/kg 2 Pcs. E;ectrical Tape ( Big) 35/pc 22 Pcs. Ball Insulator (small) 26/pc 4 Rolls. Thhn @ 12 ( Stranded ) 3,807.00/roll
Closing Date2 Jan 2025
Tender AmountPHP 121.3 K (USD 2 K)
Municipality Of Aritao, Nueva Vizcaya Tender
Civil And Construction...+3Construction Material, Machinery and Tools, Furnitures and Fixtures
Philippines
Details: Description 596.86kg 24pcs-16mm Dia X 6m Deformed Bars 9kg Tie Wire #16 9pc Hacksaw Blade 118bag Portland Cement 10pc Plastic Pail Hd 20 Lit 8pc 1/2" X 4'x8' Ord Plywood 192bd.ft 30pcs 2"x2"x12" Lumber 4kg Assorted Cwn 2pc Plastic Pail Hd 20 Lit 24bd.ft 2pcs-2"x6"x12' Form Lumber 75.79kg 8pcs-16mm X 6m Const.joints/form Pins 1pc 1/4"thk X2x6m Flat Bar Stiffener 0.25kg #10 Tie Wire Fabricated Broom 6kg Asphalt Cement 1pc Pail Gi Type (16lit)
Closing Date13 Jan 2025
Tender AmountPHP 98 K (USD 1.6 K)
Municipality Of Matag ob, Leyte Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Water System Rehabilitation To Highland Barangays (mansaha-on, Naulayan, San Sebastian, Sta. Rosa-lgu Counterpart) Location : Brgy. Mansaha-on, Brgy. Naulayan, Brgy. San Sebastian, Brgy. Sta. Rosa, Matag-ob, Leyte Appropriation : Php 2,948,712.89 Source Of Fund : 20% Ldf (lgu, Brgy. Sta. Rosa, Brgy. San Sebastian, Brgy. Mansahaon) Description Quantity Unit Improvement Of Water System At Brgy. Sta. Rosa General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 3.06 Cu. M. Supply & Install Of Steel Reinforcement 526.04 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L.s. Supply & Place 3000 Psi Concrete 5.28 Cu. M. Fabricate And Install Security Lock For Water 1.00 Set Tank Cover, Including Accessories Cement Plaster Finish 24.35 Sq. M. Supply & Apply Waterproofing Inside Portion 26.79 Sq. M. Of Water Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Repair Of The Existing Tank & Communal Faucet 1.00 L. S. (sitio Campisaw) Repair Of The Tapstand Above The Brgy Hall 1.00 L. S. Construction Of Intake Tank Structure Excavation 5.60 Cu. M. Supply & Install Of Steel Reinforcement For Wall Footing 50.28 Kgs And Top Slab Supply & Install Of Formworks/scaffoldings For Wall 1.00 L. S. Footing Supply & Place 3000 Psi Concrete For Wall Footing And 0.62 Cu. M. Top Slab Fabricate & Install Security Lock For Water Tank Cover 1.00 Set Including Accessories 100mm Chb Non Load Bearing (including Reinforcing 12.80 Sq. M. Steel) Cement Plaster Finish 12.80 Sq. M. Plumbing Works 1.00 L. S. Improvement Of Water System At Brgy. San Sebastian General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L. S. Mobilization And Demobilization 1.00 L. S. Construction Of Storage Tank Structure Excavation 5.30 Cu.m. Supply & Install Of Steel Reinforcement 555.38 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 6.16 Cu. M. Fabricate And Install Security Lock For Water Tank 1.00 Set Cover Including Accessories Cement Plaster Finish 27.40 Sq. M. Supply And Apply Waterproofing Inside Portion Of 30.14 Sq. M. Water Tank Supply And Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Improvement Of Water System At Brgy. Naulayan General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 2.88 Cu. M. Supply & Install Of Steel Reinforcement 563.20 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 12.65 Cu. M. Fabricate & Install Security Lock For Water Tank Cover 1.00 Set Including Accessories Cement Plaster Finish 28.60 Sq. M. Supply & Apply Waterproofing Inside Portion Of Water 31.46 Sq. M. Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works 1.00 L. S. Improvement Of Water System At Brgy. Mansaha-on General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 7.92 Cu. M. Supply & Install Of Steel Reinforcement 800.60 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 10.92 Cu. M. Fabricate And Install Security Lock For Water Tank Cover 1.00 Set Including Accessories Cement Plaster Finish 28.00 Sq. M. Supply & Apply Waterproofing Inside Portion Of Water 48.00 Sq. M. Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Construction Of Intake Tank Structure Excavation 5.60 Cu. M. Supply & Install Of Steel Reinforcement For Wall 50.28 Kgs Footing And Top Slab Supply & Install Of Formworks/scaffoldings For 1.00 L. S. Wall Footing Supply & Place 3000 Psi Concrete For Wall Footing 0.62 Cu. M. And Top Slab Fabricate And Install Security Lock For Water Tank 1.00 Set Cover Including Accessories 100mm Chb Non Load Bearing (including Reinforcing 12.80 Sq. M. Steel) Cement Plaster Finish 12.80 Sq. M. Plumbing Works 1.00 L. S. Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents January 16-february 5, 2025 2. Pre –bid Conference January 24, 2025/9:00 Am 3. Opening Of Bids Documents February 6, 2025/ 9:00 Am 4. Bids Evaluation February 6, 2025/ 9:00 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman
Closing Date6 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.4 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: Scientific Monitoring And Studies Of Oregon Bull Trout – Special Notice
this Is A Special Notice Prepared In Accordance With (iaw) Federal Acquisition Regulation (far) Subpart 5.2 “synopses Of Proposed Contract Actions.”
naics: 541990, All Other Professional, Scientific And Technical Services
estimated Period Of Performance: Date Of Award – On Or About 4 March 2025
response Deadline: 10:00 A.m. Pacific Standard Time On 1 February 2025
the U.s. Army Corps Of Engineers (usace), Portland District (nwp) Intends To Negotiate And Award A Firm Fixed-price (ffp) Contract To Oregon Department Of Fish And Wildlife (odfw) For Scientific Monitoring And Studies Associated With The Oregon Bull Trout Fish Species. The Contract Will Support Meeting The Requirements Under The Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project And Effects To Oregon Chub, Bull Trout, And Bull Trout Critical Habitat Designated Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz By The U.s. Army Corps Of Engineers (usace), Portland District (nwp).
this Contract Shall Include A Period Of Performance To Include A Base Period Of One (1) Year, Plus Two (2) Optional 12-month Periods.
oregon Department Of Fish And Wildlife (odfw)
odfw Will Aid Usace In Reestablishing Naturally Reproducing Bull Trout Populations In Suitable And Formerly Occupied Sites To Increase The Viability Of The Species Above The Willamette Valley Project Usace Dams. This Work Will Reduce The Loss Of Adult Bull Trout Attempting To Access Upstream Habitat Above Usace Dams In The Willamette River Basin.
these Two (2) Objectives Will Be Accomplished By Assessing The Impact Of The Dams On Individual Movements, Distribution, Abundance, And Timing Of Bull Trout Spawning. These Assessments Include Employing Multiple Techniques: Capturing Bull Trout Downstream Of Dams, Conducting Spawning Surveys, Operating A Passive Integrated Transponder (pit) Tag Detection System, Conducting Juvenile Bull Trout Distribution And Abundance Surveys, Translocating Fish, Conducting Habitat Suitability Analysis, And Updating A Genetic Management Plan.
data Consistency And Continuity Are Critical For Research On Long-term Population Trends. A Shift In Data Collection Protocols Would Preclude The Comparison Of Data From Year To Year. This Would Result In Many Small Datasets Rather Than One Continuous Dataset. The Government Has Determined This Contract To Be Of Critical Importance To The Continued Monitoring And Studies Of The Oregon Bull Trout Species.
reason For Sole-source Acquisition:
the Statutory Authority For This Non-competitive Acquisition Is 10 U.s.c. 2304(c)(1) As Implemented In Federal Acquisition Regulation (far) 13.106-1(b) Which States, “(1)for Purchases Not Exceeding Thesimplified Acquisition Threshold.
(i)contracting Officersmaysolicit From One Source If Thecontracting Officerdetermines That The Circumstances Of The Contract Action Deem Only One Source Reasonably Available (e.g., Urgency, Exclusive Licensing Agreements, Brand-name Or Industrial Mobilization).
odfw’s Development, Ownership, And Use Of The Pit Tag Detection System And Their Ability To Maintain Consistency And Continuity With Monitoring And Studies Conducted To Date. These Services Are Necessary To Comply With The United States Fish And Wildlife Service’s (usfws) Signed Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project And Effects To Oregon Chub, Bull Trout, And Bull Trout Critical Habitat Designated Under The Esa. This Biop Was Signed 11 July 2008, And Odfw Has Been Assisting Usace Nwp With The Monitoring And Surveying Services Since This Biop Was Signed.
as Mentioned Above, Odfw Developed The Pit Tag Detection System And Has The Site-specific Systems And Expertise In The Operation And Maintenance Of The Pit Tag Detection System. Pit Tag Detection System Capabilities Include Systems That Span Large Main Stem River Channels; Mobile Systems For Surveying Deep, Swift Water; Non-standard Trapping Techniques Necessary To Capture Downstream-migrating Adult And Sub-adult Bull Trout; And Constructing And Operating In-stream Weirs, Including Complex Floating Weirs Necessary For Some High Discharge Locations. The Pit System And Related Equipment Was Custom-built Or Modified By Odfw To Meet The Unique Challenges Of This Study Area And Is Not Commercially Available.
there Is A Six-to-eight Month Lead Time For The Fabrication And Installation Of A Pit Tag Detection System Due To Supply Chain Issues Of The Electronic Parts Needed For Fabrication.
odfw’s Work To Date On This Project Includes Frequent, Intensive Coordination With Usace, Usfws, U.s. Forest Service (usfs), Eugene Water And Electric Board (eweb), Odfw District Offices, The Academic Research Staff At Oregon State University (osu), And Other Groups Working With Bull Trout Throughout The Region. These Partnerships Permit Odfw Access To Specialized Equipment And Facilities Such As The Fryer Aquatic Animal Health Lab, State Fish Hatcheries, State And Federal Genetics Research Labs, Etc. Odfw Coordinates The Upper Willamette Bull Trout Working Group – Assuring Consistency, Collaboration, And Effectiveness In Efforts To Improve The Status Of Bull Trout In The Willamette Basin.
no Other Contractor Can Provide The Services Odfw Currently Provides In The Limited Time Needed To Ensure The Continuation Of Services.
currently, A Solicitation Does Not Exist. All Responsible Offerors May Submit A Capability Statement Which Shall Be Considered By The Agency.
*no Phone Inquiries, Please.
capability Statement Submission Requirements
point Of Contact Name, Email Address And Phone Number, Cage Code And Unique Entity Id (uei) Number (if Available).
if The Organization Is A Small Business, Please State The Category Of Small Business, Such As 8(a), Hubzone (historically Underutilized Business Zone), Sdvosb/vosb (service-disabled Veteran-owned Small Business/veteran-owned Small Business, Wosb (women-owned Small Business).
the Government Will Evaluate The Capabilities Of An Interested Party Based On Their Submission Of Information Detailing The Offeror’ Capability To Procure, Permit, Design, And Install A Pit System Timely And Be Ready For Timely Installation Of Pit Tag Detection System,
a. Description Of Data Collection Methods And Protocols Suggested For: Capturing Bull Trout Downstream Of Dams, Conducting Spawning Surveys, Operating A Pit Tag Detection System, Conducting Juvenile Bull Trout Distribution And Abundance Surveys, Translocating Fish, Conducting Habitat Suitability Analysis, And Updating A Genetic Management Plan;
b. Description Of Relationships Secured To Facilitate Providing Access To Specialized Facilities And Equipment Needed To Perform These Services (translocating Fish, Pit System, Etc.).
send Responses By Email, Labeled As “w9127n25r0018 – Bull Trout Monitoring” In The Subject Line To The Following:
melanie.a.barrettusace.army.mil And Justin.f.figueredo@usace.army.mil.
Closing Date1 Feb 2025
Tender AmountRefer Documents
Bureau Of Plant Industry Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 1239 Pr No. 3417-24bac Request For Quotation For Infrastructure Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Labor Service And Materials For The Upgrading And Extension Of Vemi-composting Shed Of Sual, Pangasinan And Upgrading Of Vermicomposting Shed Of Baguio City Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Pcab License Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Certificate Of Site Inspection (duly Signed By The End-user Or Their Representative) E. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 20, 2025 (8:15am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Twenty-eight (28) Calendar Days Upon Receipt Of Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 500,000.00 End User: Baguio Ncrdpsc Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Rm- Maintenance- Buildings And Other Structures Sual, Pangasinan 1 Lot Mobilization/ Demobilization 6,778.80 30 Sq.m. Removal Of Obstruction 26.85 4.3 Cu.m. Structural Excavation (manual) 1,166.97 8 Cu.m. Embankment (manual) 526.58 2.78 Cu.m. Concrete Works 9,354.90 40.8 Sq.m. Fabrication And Installation 429.73 35 Sq.m. Removal 80.91 104 Pcs. Chb Laying And Filling 75.11 15.84 Sq.m. Plastering 717.67 155.27 Kgs. Reinforcement Steel Bar 113.63 3.6 Cu.m. Grouted Riprap 6,222.53 27.37 Sq.m. Structural Steel Truss And Roofing 2,623.63 1 Lot Painting Works 9,878.55 1 Lot Steel Works And Other Miscellaneous Works 45,902.47 Baguio City 1 Lot Clearing 1,665.30 0.5 Cu.m. Structural Excavation (manual) 3,330.60 5.4 Cu.m. Embankment (manual) 308.39 2.97 Cu.m. Concrete Works 12,969.59 21.6 Sq.m. Fabrication And Installation 255.44 21.6 Sq.m. Removal 103.78 141 Pcs. Chb Laying And Filling 167.62 22.44 Sq.m. Plastering 1,020.12 0.81 Cu.m. Wall Footing 21,128.59 240.5 Kgs. Reinforcement Steel Bar 184.43 1 Lot Painting Works 16,909.20 1 Lot Door 18,236.32 30.24 Sq.m. Steel Works And Other Miscellaneous Works 1,838.13 Grand Total 500,000.00 Philgeps Posted William F. Mugot Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date20 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Description: Contact Information|4|n743.49|wva|7176052147|benjamin.t.spangler.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a
|n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
first Article Approval--contractor Testing (sep 1989)|10|one|0001|30|180|benjamin.t.spangler.civ@us.navy.mil|||80|x||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
evaluation Of First Article Testing|3|||x|
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286.
3. The Following Proposed Delivery Schedule Applies:
submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery.
fat Report 180 Days After Approval Of Pr Lt
approval Of Fat Report 60 Days After Receipt
Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract.
4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas).
5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation.
7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
8. This Solicitation Requires First Article Testing. See Far 52.209-3 First Article Approval - Contractor Testing
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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=2177934 |80064| N| |d|0001 | N|49998|9999999
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-b164 | | | |030610|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=astm-b564 | | | |191101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-std-2035 | | |a |950515|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=mil-c-15726 | | |f |911008|a| 1| |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-c-24679 | | | |880506|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;complete Flow Control Device In-line Stop Valve Must Be In Accordance With Navships Drawing 803-2177934 Assembly Number 803-2177934-c5j1af, 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:
part - ;body; Piece No.1;
material - ;hot Forged Mil-c-24679 Alloy C71500;
part - ;bonnet; Piece No.85;
material - ;forged Mil-c-24679 Alloy C71500 Or Mil-c-15726 Alloy C71500;
part - ;bonnet Ring; Piece No. 4;
material - ;qq-n-281 (form 2) Forged And Hot Finished, Or Qq-n-281 (form 1) Cold Drawn (stress Relieved) Bar; Or Astm-b564 Forged, Uns N04400; Or Astm-b164, Uns N04400. Bonnet Ring Must Meet The Minimum Properties As Stated In Note 4, Sheet 2 Of Drawing
803-2177934 And General Note 4.8 Of Drawing 803-2177934;
part - ;stem; Piece No. 70 And Disc; Piece 8;
material - ;qq-n-281 Class A Or B Or Astm-b164, Uns N04400 And General Note 4.8 Of Drawing 2177934;
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 And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Dye Penetrant Inspection
item - ;body, Piece No. 1 (after Machining) And Bonnet, Piece No. 85 (after Machining);
performance - T9074-as-gib-010/271
acceptance - For Mil-c-15726 Wrought Material: Mil-std-2035 (for Mil-c-24679 Forgings: Mil-c-24679)
test - Pressure Tests
item - Each Assembly
performance - ;general Note 1.2 Of Drawing 2177934;
acceptance - ;general Note 1.2 Of Drawing 2177934;
test - Non-destructive Tests
item - ;weld Repair And/or Production Weld (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
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 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia,
The Mechanical Properties Of Hex Bar Apply.
3.6 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required.
3.7 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.
3.8 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.9 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.
3.9.1 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.
3.9.2 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.
3.9.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.10 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/
3.11 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 T887056132; ) 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.
3.12 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 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.14 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.
3.14.1 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.
3.14.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.14.3 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.
3.15 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
^ Quality Assurance Requirements ^
3.16 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 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As
part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
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 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 Thateach 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 See Cdrl Di-ndti-80809 (first Article Testing) - First Article Test/inspection (contractor) - The Contractor Must Conduct ;non-destructive; First Article Test/inspection On ;1 (one); Unit(s) In Accordance With Requirements ;of General Note 7 Sheet 4 Of
drawing 803-2177934; .
3.19 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.
3.19.1 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.
3.19.2 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.
3.19.3 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.
3.19.4 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.
3.19.5 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.
3.20 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.
3.20.1 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.
3.20.2 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.
3.21 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."
3.21.1 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.
3.21.2 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.
3.21.3 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.
3.21.4 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.
3.21.5 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.
3.22 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:
3.22.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.22.2 Inspection For Completeness And Proper Type.
3.22.3 Verification Of Material Quality Received.
3.22.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.22.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.22.6 Identification And Protection From Improper Use Or Disposition.
3.22.7 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.
3.22.8 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.
3.22.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.23 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.
3.23.1 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.
3.24 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.
3.24.1 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.
3.24.2 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.
3.24.3 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.
3.24.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.25 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:
3.25.1 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.
3.25.2 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.)
3.25.3 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.
3.25.4 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.
3.25.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.26 Material Handling - The Written Material Control Process Must Include The Following:
3.26.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.26.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.26.3 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.
3.26.4 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.
3.26.5 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.
3.26.6 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.
3.27 Receiving Inspection -
3.27.1 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.
3.27.2 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.
3.28 Discrepancy Reporting -
3.28.1 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).
3.29 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.29.1 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.
3.29.2 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.
3.29.3 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.
3.29.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;- 10/20/2016 - Updated Ecds Url
- Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed
- Oct 29 2010 - Added Sampling Std For Li In-process Testing
- Sep 30 2008 - Thread Inspection Requirements Were Clarified
- Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds
- Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe
- Dec 17 2011 - Moved Quality Assurance Text Location For Readability
- Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes
- Jan 19 2011 - Added Notification Of Dcma Upon Contract Award
- May 02 2009 - Added Lubricants And Sealants To The C Of C
- Aug 27 2014 - Took Out Contractor's Phone Number Requirement
- Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
- Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
date Of First Submission=asreq
block 12 - See Clause 52.209-3 For Submittal Timeframes.
Closing Date19 Feb 2025
Tender AmountRefer Documents
3541-3550 of 3998 archived Tenders