Fabrication Tenders
Fabrication Tenders
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: The Federal Aviation Administration (faa) Has A Requirement To Upgrade The Fall Protection On The Air Route Surveillance Radar-4 (arsr-4). The Current Ladder And Ladder Safety Systems (lss) On The Back Of The Arsr-4 Are No Longer Compliant With Environmental Occupational Safety And Health (eosh) Services Requirements. Requirements For The Manufacturing Of The Fall Protection System Needed For The Arsrs, Referred To As Kits, Are Specified In The Attached Statement Of Work. this Requirement Is 100% Set-aside For Competition Among Small Businesses. the North American Industry Classification System (naics) Codes And Size Standards For This Effort Is Naics 332312 Fabricated Structural Metal Manufacturing, 500 Is The Size Standard. the Responses To This Market Survey Will Be Used For Informational Purposes Only. This Is Not A Screening Information Request Or Request For Proposal Of Any Kind. The Faa Will Not Pay For Any Information Received Or Costs Incurred In Preparing The Response To The Market Survey. Therefore, Any Cost Associated With The Market Survey Submission Is Solely At The Interested Vendor’s Expense. the Purpose Of This Market Survey Is To Solicit Statements Of Interest And Capabilities From All Small Businesses Capable Of Providing The Specified Equipment. the Faa Intends To Review All Response Submittals. to Make This Determination The Faa Requires The Following From Interested Vendors: capability Statement: clearly Demonstrate That The Interested Vendor Is Qualified And Capable Of Providing The Required Equipment, identify Type Of Goods And/or Services Provided By Your Firm, identify Size And Type Of Equipment And Services Provided By Previous Contracts (elaborate And Provide Detailed Information And Past Performance). mandatory Requirements For Response To Market Survey: in Order To Be Considered Responsive, Organizations Expressing Interest In This Matter Must Provide The Following: a. Capability Statement (as Defined Above) b. Response Shall Provide A Point Of Contact Name, Phone Number And Email For Questions. c. *proof Of Entity Registration In The System For Award Management (https://sam.gov) d. A Copy Of The Vendor's Sba 8(a) Certification Letter, If Applicable Or Certification Of Sdvosb Eligibility, If Applicable. *per The Faa Acquisition Management System (ams), Clause 3.3.1-33 System For Award Management (sam), Paragraph (b)(1) “by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The Sam Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation.” please Respond By Submitting Complete Capability Statement By Email To: federal Aviation Administration attn: Haylee Hildebrand email: Haylee.p.hildebrand@faa.gov all Responses To This Market Survey Must Be Received By February 14, 2025, 2:00 Pm Ct Marked As “6973gh-25-ms-00536 Arsr-4 Ladder Kits Market Survey Response”. "this Notice Is For Informational Purposes For Minority, Women-owned And Disadvantaged Business Enterprises: The Department Of Transportation (dot), Office Of Small And Disadvantaged Business Utilization, Has A Program To Assist Small Businesses, Small Businesses Owned And Controlled By A Socially And Economically Disadvantaged Individuals, And Women- Owned Concerns To Acquire Short- Term Working Capital Assistance For Transportation-related Contracts. Loans Are Available Under The Dot Short Term Lending Program (stlp) At Prime Interest Rates To Provide Accounts Receivable Financing. The Maximum Line Of Credit Is $750,000. For Further Information And Applicable Forms Concerning The Stlp, Call The Osdbu At (800) 532-1169."
Indian Army Tender
GEM
India
Closing Date6 Feb 2025
Tender AmountINR 598.4 K (USD 6.8 K)
Description: CATEGORY: 110mm dia UPVC pipe 3 Mtr long single socketed with cowl ,
110 mm dia UPVC single Tee , 110 x 110mm Nahani trap
with jali , 4 inch dia UPVC bend , 15 mm Brass stop cock
confirming to IS 8934 of 1978 , 3 Layer of PPR Polypropylene
random copolymer Pipes SDR 7.4 UV stabilized and 20 mm
dia thickness , 20mm elbow suitable for 20mm dia PPR pipe
confirming to IS 1239 of 1989 , 20mm Socket suitable for
20mm dia PP R pipes confirming to IS 1239 of 1989 , 20mm
equal Tee suitable for 20mm dia PP R Pipe conforming to IS
1239 of 1989 , 20mm union suitable for 15mm PP R pipes
confirming to IS 1239 of 1989 , PP R End Plug 20mm
confirming to IS 1239 of 1989 , PP R pipe clamp suitable for
20mm piping , Bib cock 20 mm with flange confirming to IS
8931 of 1978 , GI reducer socket 15mm to 20mm , GI
reducer elbow 15mm to 20mm , Pre fabricated Man whole
cover 6 inch x 4 inch 40x40x6mm frame and MS black Sheet
of 1.48mm thick complete , Rotational moulded
polyethylene water storage tank double layer cylindrical
vertical tank 1000 ltrs capacity , PPR tank connector 20mm
with Check nut and washer , White lead safeda , Thread
cotton ball 100 m long , Vitrrous china wash handbasin WHB
white flat back size 550 x 400 mm include waste coupling
og PTMT 15 mm Dia 450mm long PVC Connection , 20mm
dia pillar taps of PTMT of any colour high pressure screwed
for iron pipe , 110mm dia UPVC SWR pipe single socketed
pipe Type A in any length with rubber joint , 600x450mm
size looking mirror mounted on PVC with PVC shelf
assembly including all fittings all as specified , Aluminum
straight edge 50mm square 2mm thick 1800mm long ,
Wooden Flat Gurmala , Hand rivet gun machine , Tile cutter
machine with 6 spare blades each , Tasla Iron 18 inch ,
Cutting plier insulate 6 inch , Screw driver 12 inch with
insulated plastic handle , Adjustable spanner 12 inch ,
Hacksaw frame with 2 blade , Hand gloves insulated with 2
rubber , Drill bit 6mm dia , Drill bit 8mm dia , Drill bit 10mm
dia , Tape measuring metallic 30m , Mason trowel Karchi ,
Axes picks with wooden handle , pawrah with wooden
handle , Rammer with wooden handle of wt 5 Kg , Pipe
wrench 12 inch , Pipe wrench 18 inch , Aluminum spirit level
6 inch , Brick Line Best quality , PPR Welding electrode 20
to 63mm , Plum bob 250gms , Tape measuring metallic 5m
South Central Railway - SCR Tender
Scraps
Ireps
India
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: 12224ms24i, 98050011, Quantity- 59.465 Mts. Scrap Condemned Unserviceable Ms- Cs Mixed Scrap Of Carriage And Wagon And Loco Items Consisting Of Bolts, Nuts, Pins, Washers, Cotters, Head Blocks, Distance Blocks Screw Rods, Handle Supporting Bare Plates, Ms Back Locks, Mmts Racer Cover, Locking Screws, Nuts, Bmbc Components, Jigs Fixtures And Loose Spares, Safety Nuts, Jack Wheel Arms, Schaku Couplers, Coupler Spares, Tension Rods, Sheet Cut Pieces, Levers, Links, Iron Skids, Anti Roll Bar With Fork Link, Pins Electroplated, Cut Pieces Of Angles, Pipes, Channels, Flats, Plates, Rod Cut Pieces, Sabs, Cbc Housings, Common Pipe Bracket, Pivot Caps, Buffer Plates, Cbc Coupler Handles, Barrel Bush, Silent Blocks, Shackles, Wide Jaw Adaptor, Clamps, Compensating Ring, Wire Rope, Push Pull Rods, Towing Trolley, Jack Frame, Anchor Links, Lashing Chain Assembly, Destroyed Hangers And Blocks, Cap For Fuel Inlet Pipe Assembly, Cbc Back Stopper Plates, Brackets, Gear Wheels, Sheets, Pivots, Washers, Equalizing Stays, Dampers, Shock Absorbers, Face Plate, Dmb Rings, Dashpots, Trolley Wheels, Brake Shoes, Compressor Parts, Brake Heads, Keys, Dip Lorry Wheels, Stays Rings, Chain Cut Pieces, Draw Bar Spindle Rod, Draw Bar Support Beam, Draw Bar Castle Nut, Ferrous Scrap Of Emus, Cbc Operating Handle, Cbc Supporting Device, Cbc Support Plate, Air Spring Suspension Bellow, Suspension Rod, Socket, Ring Retainer, Long Bolts, Mmts Rear Cover, Speedo Meter Cover, Retainer Cap, Brake Cylinder, Center Pivot, Equalizing Lever, Square Shaft, Axle Box Covers, Berth And Door Frames, Filters, Lever Hangers, Ci Cylinder Bodies, Diesel Loco Items, Ci Hose Cocks, Piston, Piston Trunk, Ratchet With Screw Rods, Flanges, Destination Boards, Small Dia. Springs, Hooks, Articulated Lock Lift Lever Assembly, Collars, Links, Pivots, Cylinder Body, Bp And Fp Cocks, C.r.tank, Sab. End Push Rod, Sand Ejectors, Adaptors, Wearing Plate, Centre Pivot Cover, Grooved Pads, Wedges, Z Levers, Springs, Caliper Bolts, Reducing Bushes, Control Arms, Seaters, Center Pivot Tops, Pull Rods, Punching Dies, Round Rods, Bogie Under Frame Cut Pieces, Ms Drilling Jig, Horizontal Bolts, Hex Bolts With Nuts, Dividing Plates, Side Bearer Guide, Lever Box, Center Pivot Bottoms, Fabricated Structures Of Sorts And Sizes, With Or Without Attachments Of Rubber, Fiber, Nylon Bushes And Other Similar Carriage, Wagon, Mmts, Emu, Dmu And Loco Items Including Rusted And Corroded Sheets. Location- Bin No- 224, Right Side Of Road No- 2. Hsn Code- 72044900. Gst- 18 Percent. Note- Delivery On Actual Weighment Basis Only. Special Note: Overload Of The Carrying Capacity Of The Vehicle Will Not Be Permitted At The Time Of Taking Delivery As Per Mv Act 1988
Bureau Of Fisheries And Aquatic Resources Region Vii Tender
Plastic and Rubber
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 250.1 K (USD 4.3 K)
Details: Description Free On-site Delivery................ A.chemicals And Fibers 1. 80 Kgs. Gelcoat Bfar Blue, Promoted, Isophtalic 2. 50 Kgs. Chopped Strand Mat (csm) 300 3. 120 Kgs. Chopped Strand Mat (csm) 450 4. 100 Kgs. Woven Roving (wr) 600 5. 30 Tin/can Pre-mixed Resin, Thixotropic 6. 10 Liter Mekp Imported Hardener 7. 5 Gal/can Release Agent/wax (paste) 8. 5 Liter Cobalt Accelarator 9. 40 Liter Lacquer Thinner 10. 10 Liter Styrene Monomer 11. 20 Liter Body Filler B.lamination/fabrication Tools 12. 10 Pcs. Paint Brush, 3", White Bristle 13. 30 Pcs. Baby Paint Roller, 4", Cotton 14. 5 Pcs. Pail, Small 15. 5 Pcs. Dipper 16. 10 Kgs. Waste Rag 17. 10 Pcs. Sand Paper #120 18. 10 Pcs. Sand Paper #60 19. 20 Pcs. Masking Tape 3" 20. 10 Pcs. Cutter And Cutting Blades 21. 10 Pcs. Safety Eye Googles 22. 10 Pair. Hand-gloves Rubberized C. Tools 23. 10 Pcs. Cutting Disc (heavy Duty) 24. 10 Pcs. Fiber Disc #36 25. 10 Pcs. Fiber Disc #100 26. 10 Pcs. Flaf Disc #36 27. 2 Pcs. Demoulding Wedge 10" 28. 2 Pcs. Rubber Mallet 29. 2 Pcs. Scissors (heavy Duty) 30. 1 Pc. Electric Angle Grinder 31. 2 Pcs Mixing Palette 32. 1 Pc. Electric Drill 33. 1 Pc. Portable Blower (dusting Purposes) 34. 30 Meter Extension Wire, Royal Chord #14 With Male & Female Plug Terms & Conditions: 1.) Supplier/bidders Shall Provide Correct And Accurate And Right Legible Information Required In This Form; 2.) Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 3.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/ Or Levies Payable. 4.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5.) In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bfar-7 Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6.) Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7.) The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Stated Herein; 8.) The Bfar-7 Shall Have The Right To Inspect And/or Test (upon Request Letter C/o Supplier) The Goods To Confirm Their Conformity To The Technical Specifications. 9.) Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor's Account. 10.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bfar-7 May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11.) Submit Three (3) Copies Of Rfq With Printed "terms And Conditions" At The Back.
Bureau Of Fisheries And Aquatic Resources Region Vii Tender
Plastic and Rubber
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 466.1 K (USD 8 K)
Details: Description Free On-site Delivery........................ A.chemicals And Fibers 1. 190 Kgs. Gelcoat Bfar Blue, Promoted, Isophtalic 2. 48 Kgs. Chopped Strand Mat (csm) 300 3. 150 Kgs. Chopped Strand Mat (csm) 450 4. 240 Kgs. Woven Roving (wr) 600 5. 51 Tin/can Pre-mixed Resin, Thixotropic 6. 60 Liter Mekp Imported Hardener 7. 15 Gal/can Release Agent/wax (paste) 8. 6 Liter Cobalt Accelarator 9. 52 Liter Lacquer Thinner 10. 12 Liter Styrene Monomer 11. 11 Liter Body Filler B.lamination/fabrication Tools 12. 15 Pcs. Paint Brush, 3", White Bristle 13. 15 Pcs. Baby Paint Roller, 4", Cotton 14. 10 Pcs. Pail, Small 15. 5 Pcs. Dipper 16. 20 Kgs. Waste Rag 17. 15 Pcs. Sand Paper #120 18. 10 Pcs. Sand Paper #60 19. 10 Pcs. Masking Tape 3" 20. 10 Pcs. Cutter And Cutting Blades 21. 10 Pcs. Safety Eye Googles C. Tools 22. 15 Pcs. Cutting Disc (heavy Duty) 23. 15 Pcs. Fiber Disc #36 24. 15 Pcs. Fiber Disc #100 25. 15 Pcs. Flaf Disc #36 26. 1 Pcs. Aluminum Roller, 1" X 3" 27. 1 Pc Adjustable Volume Dispenser 28. 6 Pcs. Demoulding Wedge 10" 29. 4 Pcs Rubber Mallet 30. 5 Pcs Scissors (heavy Duty) 31. 1 Pcs Electric Angle Grinder 32. 3 Pcs Mixing Palette 33. 1 Pcs Electric Drill 34. 1 Pcs Portable Blower (dusting Purposes) 35. 30 Meter Extension Wire, Royal Chord #14 With Male & Female Plug Terms & Conditions: 1.) Supplier/bidders Shall Provide Correct And Accurate And Right Legible Information Required In This Form; 2.) Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 3.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/ Or Levies Payable. 4.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5.) In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bfar-7 Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6.) Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7.) The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Stated Herein; 8.) The Bfar-7 Shall Have The Right To Inspect And/or Test (upon Request Letter C/o Supplier) The Goods To Confirm Their Conformity To The Technical Specifications. 9.) Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor's Account. 10.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bfar-7 May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11.) Submit Three (3) Copies Of Rfq With Printed "terms And Conditions" At The Back.
Bureau Of Fisheries And Aquatic Resources Region 1 Tender
Agriculture or Forestry Works
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 2 Million (USD 34.6 K)
Details: Description 1. The Bureau Of Fisheries And Aquatic Resources-regional Fisheries Office I (bfar Rfo I), Through The General Appropriation Act Of 2025 (gaa 2025) Intends To Apply The Sum Of Two Million Four Thousand Pesos (p 2,004,000.00) Being The Abc To Payments Under The Contract For The Fabrication And Installation Of Single Floater Seaweed Cage For The Implementation Of Seaweed Development Program In Region I. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bfar Rfo I Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirday (30) Days As Indicated In Section Vi. Schedule Of Requirements. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Monday To Friday; 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Bfar-rfo I Will Hold A Pre-bid Conference On January 28, 2025; 2:30 Pm At Bfar-regional Office I, Sevilla San Fernando City, La Union And/or Through Video Conferencing Or Webcasting Via Zoomlink, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 11, 2025; 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 11, 2025; 10:30 Am. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bfar Rfo I 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. 11. For Further Information, Please Refer To: Melanie D. Palencia Head-bac Secretariat Bfar Rfo I, Government Center, Sevilla, San Fernando City, La Union (072)-242-1559 Email Addresses: Bac_bfar1@yahoo.com.ph Or Bacbfar1@gmail.com Webpage: Https://region1.bfar.da.gov.ph 12. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://region1.bfar.da.gov.ph January 20, 2025 Atty. Girly G. Dela Pena, Cese Chairperson Bids And Awards Committee
DEPT OF THE NAVY USA Tender
Scraps
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.49|wvm|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|||
time Of Delivery (june 1997)|20|0001aa|25|365|0001ab|lot|see Dd1423|0001ac|1|150||||||||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |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||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
first Article Approval--government Testing (sep 1989)|7|1|0001ac|150|receiving Officer Portsmouth Naval Shipyard, Building 240, Code 240. (207-438-5445) Kittery, Me 03904-5000|30|x||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
progress Payments (nov 2021)|4|||||
list Of Award Attachments|5||||||
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||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|13|335931|600||||||||||||
cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
type Of Contract (apr 1984)|1|firm Fixed|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
evaluation Of First Article Testing|3|x|$42,000||
this Amendment Is Issued To Update Solicitation Clauses.
this Requirement Is Not A Small Business Set-aside And Is Full And Open.
\
---this Requirement Is Not A Small Business Set-aside.---
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already Onfile 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.
weld Procedure And Qual Data 120 Days Adc Lt
approval Of Weld Procedures And Qual Data
60 Days After Receipt
fat Report 150 Days After Approval Of Pr Lt
approval Of Fat Report 30 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 Solicitation Requires First Article Testing. Far 52.290-4 First Article Approval - Government Testing For More Details.
8. The Complete Rfp Package Must Be Signed And Returned Prior To The Closing Date. Emailed Or Faxed Proposals Are Acceptable. Neco Quotes Will Not Be Accepted And Will Be Determined Non-responsive.
\
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=1197258 |53711| C| |d|0001 | C|49998|0876328
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=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=mil-std-2132 | | |d |080211|f| |01|
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-dtl-24231 | | |e |130426|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=a-a-59004 | | |b |181118|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;the Electrical Hull Fitting And Transmitter Cable Assembly For The An/bst-1 Must Be In Accordance With Naval Ship Engineering Center Drawing 803-1197258, Except As Amplified Or Modified Herein.;
3.2 ;ls2swu-12 Cable Is To Be Used In Lieu Of Ls2swua-12 Cable.;
3.3 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required.
3.4 ;the First Article Test (fat) Sample(s) Must Not Be Delivered Against The Contract Quantity.;
3.5 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;receptacle Body, Item 14;
material - ;qq-n-281, Class A;
part - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5;
material - ;qq-n-286, Form 2, Cold Drawn Or Hot Finished, Annealed And Age Hardened And Must Meet The Mechanical Requirements Cited In Note 2.h Of Drawing 803-1197258 Except The Brinell Hardness Minimum Is 250 Instead Of 265 As Listed In Note 2.h;
3.6 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below.
test - Quality Conformance/compliance Inspection
item - ;each Electrical Hull Fitting Assembly;
performance - ;mil-dtl-24231, Table I For Type Iv And Note 22 On Drawing 803-1197258;
acceptance - ;mil-dtl-24231;
test - ;dye Penetrant Inspection;
item - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5;
performance - T9074-as-gib-010/271
acceptance - Mil-std-2035
test - Ultrasonic Inspection On Starting Material
item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract;
performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286
acceptance - Qq-n-286
attribute - Annealing And Age Hardening
item - ;hull Fitting Body, Item 2; Body Cover, Item 3; Washer, Item 4; And Nut, Item 5;
performance - Qq-n-286
test - 5x Visual Magnification Or Dye Penetrant Inspection (root Layer)
item - Weldments
performance - T9074-as-gib-010/271
acceptance - Mil-std-2035
test - Visual And Dye Penetrant Inspection (final Layer)
item - Weldments
performance - T9074-as-gib-010/271
acceptance - Mil-std-2035
test - Non-destructive Tests
item - ;weld Repair (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
3.7 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.
3.8 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories:
huntington Alloys, A Special Metals Company
attn: Bill Bolenr
3200 Riverside Drive
huntington, Wv 257059
phone: (304) 526-5889
fax: (304) 526-5973
metallurgical Consultants, Inc.
attn: W. M. Buehler
4820 Caroline
po Box 88046
houston, Tx 77288-0046
phone: (713) 526-6351
fax: (713) 526-2964
naval Surface Warfare Center, Carderock Division
attn: Eric Focht Code 614
9500 Macarthur Blvd
west Bethesda, Md 20817-5700
phone: (301) 227-5032
fax: (301) 227-5576
teledyne Allvac
attn: Dr. W. D. Cao
2020 Ashcraft Ave.
monroe, Nc 28110
phone: (704) 289-4511
fax: (704) 289-4269
westmoreland Mechanical Testing And Research Inc.
attn: Andrew Wisniewski
p.o. Box 388
youngstown, Pa 15696-0388
mannesmann Rohrenwerke
mannesmann Forschungsinstitut (mfi)
attn: Dr. Weiss
postfach 251160
47251 Duisburg
germany
phone: 011-49-0203-9993194
fax: 011-49-0203-9994415
thyssenkrupp Vdm Usa, Inc.
attn: D. C. Agarwal
11210 Steeplecrest Drive, Suite 120
houston, Tx 77065-4939
phone: (281) 955-6683
3.9 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
3.10 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.
3.10.1 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.
3.10.2 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.
3.10.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.11 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The
fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly.
3.12 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.13 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/
3.14 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not
permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.15 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.
3.15.1 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.
3.15.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.15.3 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.
3.16 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.17 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.
3.17.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^
3.18 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.
3.19 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In
addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.19.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.19.2 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.")
3.19.3 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.
3.19.4 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.
3.19.5 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.
3.19.6 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.
3.19.7 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.
3.19.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.19.9 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.
3.19.10 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.
3.19.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.19.12 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.
3.20 First Article Test/inspection (government) - ;destructive; - The Contractor Shall Deliver ;one (1); Unit(s) To ;receiving Officer Portsmouth Naval Shipyard, Building 240, Code 240.
(207-438-5445) Kittery, Me 03904-5000; For First Article Tests In Accordance With The ;requirements Of Mil-dtl-24231, Table I For Type Iv And Note 21 On Drawing 803-1197258; .
3.21 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.
3.21.1 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.
3.21.2 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.
3.21.3 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.
3.21.4 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.
3.21.5 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.
3.22 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.
3.22.1 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.
3.22.2 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.
3.23 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."
3.23.1 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.
3.23.2 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.
3.23.3 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.
3.23.4 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.
3.23.5 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.
3.24 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:
3.24.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.24.2 Inspection For Completeness And Proper Type.
3.24.3 Verification Of Material Quality Received.
3.24.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.24.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.24.6 Identification And Protection From Improper Use Or Disposition.
3.24.7 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.
3.24.8 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.
3.24.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.25 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.
3.25.1 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.
3.26 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.
3.26.1 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.
3.26.2 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.
3.26.3 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.
3.26.4 Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ;
3.27 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:
3.27.1 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.
3.27.2 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.)
3.27.3 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.
3.27.4 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.
3.27.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.28 Material Handling - The Written Material Control Process Must Include The Following:
3.28.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.28.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.28.3 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.
3.28.4 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.
3.28.5 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.
3.28.6 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.
3.29 Receiving Inspection -
3.29.1 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.
3.29.2 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.
3.30 Discrepancy Reporting -
3.30.1 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).
3.31 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.31.1 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.
3.31.2 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.
3.31.3 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.
3.31.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.32 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
- Jun 28 2012 - Updated Ut Of Qq-n-286 Bar 4" And Over
- 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 22 2009 - Added Evidence Of Dcma Observing Test Plate Welding & Ndt
- Mar 18 2008 - Identify Applicable Weld Joints With Weld Procedures
- 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 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding.
this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. date Of First Submission=asreq
block 12 - Within 120 Days After Contract Award, Submit One Copy Of The Welding Procedure (for Info) With The Qualification Data (for Approval/disapproval). Approval Must Be Obtained Prior To Performing Any Welding.
this Review (approval/disapproval) Must Be Within 90 Days From Date Of Receipt. 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 12 - See Clause 52.209-3 For Submittal Timeframes.
FEDERAL HIGHWAY ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Project:or Flap Crgnsa Mult(2) & Wa Flap Crgnsa Mult(2), Crgnsa Sign Inventory, Maint. And Replacement Project & Crgnsa Sign Project this Is A "request For Information" Only For The Proposed Contract Work. This Is Not A Request For Formal Proposals Or Quotes. Plans And Specifications Are Not Available At This Time. The Intent Of This Form Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Businesses Interested And Capable Of Performing The Proposed Contract Work. requirement:
the Proposed Contract Action Is For A Firm-fixed-priced Construction Contract. The Primary Objectives Of The Proposed Project Are To Fabricate And Install Custom Signs That Include Routed Wood Panels And Custom Supports. Additional Work Includes Guardrail Installation, Turf Establishment On Areas Disturbed By Construction Activities, And Traffic Control. the Project Islocated Along I-84 In Oregon And Sr-14 In Washington In A Corridor That Is Approximately 50 Miles East And West Of Hood River, Or.the Project Is Anticipated To Go On Advertisement In Spring 2025 With A Notice To Proceed In Fall 2025.
we Anticipate That Naics Code 339950, Sign Manufacturing, Will Apply To This Procurement With A Size Standard Of 500. estimated Price Range: Between $700,000 And $2,000,000. response:
any Offeror Capable Of Providing This Service Shall Respond To This Sources Sought By Submitting The Form Linked Under "attachments/links" No Laterthan January 30, 2025, 1400 Pt.
Department Of Agrarian Reform - DAR Tender
Machinery and Tools
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Rice Reaper/harvester Brush Cutter - 4 Units @ 30,000.00 Technical Specifications: 1. Engine Power Minimum Of 3.0 Hp 4 Strokes 2. Fuel: Gasoline 3. Cutting Width - 10-12 Inches (25-30 Cm) 4. Blade Type - Hardened Steel - Straight Blade Or Circular Saw Like Blade 5. Handle Design - Loop Handle Design Or Bike Handle Design For Better Control And Ease Of Use 6. Harness 7.warranty: Minimum Of One (1) Year. Ø The Manufacturer / Distributor / Dealer Shall Issue A Warranty Certificate To The Buyer. Warranty Against Defective Materials And Workmanship Shall Be Provided For Parts And Services Except For Normal Wear And Tear Of Expendable Or Consumable Maintenance Parts Ø The Manufacturer / Distributor / Dealer Shall Be Capable Of: • Supplier’s Technicians Who Should Be Available On The Scheduled Inspection Within Two Weeks After Delivery • Supplying The Services Of Mechanic/ Technical Personnel Free Of Charge For Replacing Parts Under Warranty To Put The Unit In Running Condition During The Warranty Period. • Providing Services On Repairs After Warranty Period At Reasonable Cost; . -supplier’s Fabricating Shop/service Centers Must Be Within The Province Of Zamboanga Del Sur. - To Be Delivered To Sicpao, Mahayag And Tawagan Norte, Labangan, This Province. Ø Delivery Period: 45 Calendar Days From Issuance Of Purchase Order
Municipality Of New Bataan, Compostela Valley Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 199.2 K (USD 3.4 K)
Details: Description Item No Description Qty Unit Unit Price Pr # Mp-200-2025-01-04 Nissan Dumptruck Sgl-644 Engine: Pf6t :model: Cwb450hdlt 1 Side Mirror 4 Pcs Grader Mg-330 Hidromek Engine: 6d16-tei: Model:mg-330 Hidromek 2 Side Mirror 4 Pcs 3 Gog Lamp Assembly 1 Set 4 Clearance Light 6 Pcs 5 Bolt 8mm 35 Pcs 6 Bolt 1/2" X 5 4 Pcs 7 Blade Guide 6 Pcs 8 Blade Washer 6 Pcs 9 Shir Pin 6 Pcs Isuzu Dumptruck Fv# 06 10 Fog Lamp Assembly 2 Pcs Backhoe Hitachi 11 Injector Test 6 Pcs 12 Injector Control Valve 6 Pcs 13 Nozzle Tip 4 Pcs Nissan Dumptruck Sgl-644 Engine:pf6t: Model:cwb450hdlt Supply Of Labor: 14 Build-up And Machining Release Bearing 1 Pc 15 Fabricate Hydraulic Hose 10" X 14 1 Pc 16 Radiator Assy. Overhaul 1 Set Abc: 199,261.00
3581-3590 of 3998 archived Tenders