Fabrication Tenders
Fabrication Tenders
City Of Baguio Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
Details: Description 1 Lot Earthwork And Removal Of Actual Structures / Obstruction & Surface Restoration And Paving Works – For The Proposed Installation Of 10” Ø X 60lm Pvc Mainline Along Marcos Highway (balsigan Road Entrance To Campo-sioco Road Entrance) Scope Of Work: Mobilization Work = 1.00 Lot Signages, Safety, And Traffic Management = 1.00 Lot Site Survey = 1.00 Lot Concrete Cutting Works = 380.00 Lm Concrete Breaking Works = 101.00 Sq M Excavation Works • Concrete Excavation = 24.66 Cu M • Soil Excavation = 76.53 Cu M Backfilling And Compaction Works • Sand Bedding And Filling Of Trench = 32.67 Cu M • Soil Backfilling (including Temporary Resurfacing) = 57.21 Cu M • Compaction Of Trench = 57.21 Cu M Restoration Works • Preparation Of Trench (removal / Excavation Of Temporary Resurfacing) = 24.66 Cu M • Boring Of Holes (for Dowel Bars) = 1,458.00 Holes • Fabrication And Installation Of Dowel Bars = 1,714.07 Kgs • Ready Mix Concrete Pouring (3,500 Psi @ 3 Days) = 25.00 Cu M • Asphalt Restoration (instapave) = 26.00 Sq M • Reflectorized Thermoplastic Pavement Markings Restoration = 6.00 Sq M Testing Of Materials (fdt, Tensile Test Of Rebars, Compression Test Of Concrete Cylinders, Flexural Test Of Concrete Beams) = 1.00 Lot Clearing, Hauling, And Disposal Of Unwanted Materials & Debris = 58.69 Cu M Demobilization Work = 1.00 Lot Refer To The Attached Terms Of Reference (tor) And Drawing Plans For Details. Duration: 56 Working Days Approved Budget Cost: ₱1,368,581.40 / Lot X X X X X This Is A Two (2) Envelope System: Documents Comprising The Bid The First Envelope (technical Proposal) Shall Contain The Following: I. Class “a” Documents A. Legal Documents 1. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives. 2. Mayor’s/business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. • In Cases Of Recently Expired Mayor’s/business Permits, It Shall Be Accepted Together With The Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit: Provided, That The Renewed Permit Shall Be Submitted As A Post-qualification Requirement In Accordance With Section 34.2 Of The Irr Of Ra 9184. 3. Tax Clearance Per Executive Order No.398, Series Of 2005, As Finally Reviewed And Approved By Bir. B. Technical Documents 1. Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of The Irr Of Ra 9184, Except For Foreign Bidders Participating In The Procurement By A Philippines Foreign Service Office Or Post, Which Shall Submit Their Eligibility Documents Under Section 23.1 Of This Irr: Provided, That The Winning Bidder Shall Register With The Philgeps In Accordance With Section 37.1.4 Of The Irr Of Ra9184. 2. Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid Within The Relevant Period As Provided In The Bidding Documents. The Statement Shall Include, For Each Contract, The Following: A) Name Of The Contract B) Date Of The Contract C) Contract Duration D) Owner’s Name And Address E) Nature Of Work F) Contractor’s Role (whether Sole Contractor Or Partner In A Jv) And Percentage Of Participation G) Total Contract Value At Award H) Date Of Completion Or Estimated Completion Time I) Total Contract Value At Completion, If Applicable; J) Percentages Of Planned And Actual Accomplishments, If Applicable; K) Value Of Outstanding Works, If Applicable; L) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And M) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; 3. Valid Philippine Contractors Accreditation Board (pcab) License Or Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract To Be Bid. 4. An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. The Slcc Shall Be Supported By An Owner’s Certificate Of Final Acceptance Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 5. Bid Security In Any Of The Following: Form Of Bid Security Amount Of Bid Security (not Less Than The Required Percentage Of The Abc) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank = 2% Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. = 2% Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. = 5% Or Bid Securing Declaration, Which States, Among Others, That The Bidder, Shall Enter Into A Contract With The Procuring Entity And Furnish The Required Performance Security Within Ten (10) Calendar Days, Or Less, As Indicated In The Bidding Documents, From The Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Disqualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Government Procurement Policy Board (gppb). 5. Omnibus Sworn Statement In Accordance With Section 25.3 Of The Irr Of Ra 9184 Which Shall Be Executed By The Prospective Bidder Or Its Duly Authorized Representative 6. Project Requirements: A) Organizational Chart For The Contract To Be Bid; B) List Of Contractor’s Personnel (viz: Project Manager, Project, Engineers, Safety Officers, Materials Engineers, And Foremen, Etc.), To Be Assigned To The Contract To Be Bid, With Their Complete Qualifications And Experience Data; And C) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. The Contractor Shall Have The Following Equipment: 1. Cargo / Dump Truck, 2. Rotary Driller With Bit, 3. Generator Set, And 4. Concrete Vibrator 7. Proof Of Payment Of Bidding Documents In The Amount Of ₱5,000.00 8. Statement Of Compliance To All Provisions Of The Terms Of Reference (manner Of Implementation, Qualification, Requirements Of Suppliers / Installers, Technical Specifications) C. Financial Documents 1. Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities Stamped “received” By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission. 2. The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Ii. Class “b” Document If Applicable, The Joint Venture Bidders Shall Submit A Joint Venture Agreement In Accordance With Ra 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit His Or Her Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of The Irr Of Ra 9184. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Its Ongoing Contracts And Audited Financial Statements. The Second Envelope (financial Proposal) Shall Contain The Following: A) Bid Form, Which Includes Bid Prices And Bill Of Quantities B) Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid C) Cash Flow By The Quarter And Payments Schedule All Financial Proposals That Exceed The Abc Shall Be Rejected. Pre-bid Conference: January 2, 2025 9:30am Via Zoom Application Meeting Id: 452 718 8447 Password: 9buvqr
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n743.49|wvb|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|||
inspection And Acceptance - Short Version|8|||||||||
variation In Quantity (apr 1984)|3|0|5||
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|n50286|tbd|133.2|n/a|n/a|n39040|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|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material|||||
warranty Of Data--basic (mar 2014)|2|||
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 (may 2024)|13|331221|1000||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||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. 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 "do" Rated Order; "do" 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. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Is Changed From 7 Days To 45 Days After Delivery Of The Supplies In Accordance With The Terms And Conditions Of The Contract.
7. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf).
8. Viq 0+/5- Applies To This Order.
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
2. Applicable Documents
2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 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.
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b666 | | | |201101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=sae Ams 2806 | | |c |080301|a| | |
document Ref Data=sae Ams 2807 | | |a |000901|a| | |
document Ref Data=sae Ams 2809 | | |a |070801|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=sae Ams-std-185 | | | |000901|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|2 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae-ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below:
(a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763.
(b) Class - ;410 ; Condition - ;t; Form - ;bar, 2 Inches (round) ; Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed.
(c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used.
(d) Special Cleaning Processes Are Not Applicable.
(e) Allowances For Machining Are Not Applicable.
(f) Major Stress Surface Areas Of The Finished Part Are Not Applicable.
(g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not
required For Conditions B, H, Or T Unless Otherwise Specified.
(h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase
(i) Forgings Are Not Applicable.
(j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order.
(k) Lot Definitions Of Forgings Are Not Applicable.
(l) More Than The Usual Number Of Macrostructure Tests Is Not Required.
(m) Forging Prolongations For Testing Are Not Applicable.
(n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763.
(o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order.
(p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order.
3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material.
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below.
test - ;macrostructure ;
item - ;bar, Metal (see Specification For Sample Size) ;
performance - ;sae-ams-qq-s-763 ;
acceptance - ;sae-ams-qq-s-763 ;
3.4 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 Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 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. 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 Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.4.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.4.3 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 Theproduct.
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 Engineeringchange.
3.5 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.
3.6 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 ^
3.7 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.
3.8 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.
3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements
established In The Contract/purchase Order.
3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer 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.
3.8.3 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.
3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer.
3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco.
3.9 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.
3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government 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.
3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The
government.
3.10 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. 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 Prime Contractor Who Will Notify The Pco So That Appropriate
planning For Government Inspection Can Be Accomplished.
3.10.1 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.
3.10.2 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.
3.10.3 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.
3.10.4 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.
3.10.5 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.
3.11 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:
3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.11.2 Inspection For Completeness And Proper Type.
3.11.3 Verification Of Material Quality Received.
3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.11.6 Identification And Protection From Improper Use Or Disposition.
3.11.7 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.
3.11.8 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.
3.11.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.12 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.
3.12.1 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 The Contract/purchase Order.
3.13 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.
3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have
both Permanent Marking And Temporary Marking Applied As Specified Below.
3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less
than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible
provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression
marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch).
3.14.2 Temporary Marking - Temporary Marking Must Consist Of:
name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And
sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It
is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box.
contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792.
3.15 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:
3.15.1 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.
3.15.2 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 Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking ________________________________________________ (marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.15.3 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.
3.15.4 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.
3.15.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.16 Material Handling - The Written Material Control Process Must Include The Following:
3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.16.3 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.
3.16.4 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.
3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking
location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.17 Receiving Inspection -
3.17.1 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.
3.17.2 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.
3.18 Discrepancy Reporting -
3.18.1 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.
3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.19.1 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.
3.19.2 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.
3.19.3 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.
3.19.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible.
3.20 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 The Contractor -
4.1.1 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. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 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 Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 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 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 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 He Material Supplied
conforms To The Specified Requirements.
6.1.7 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.
6.1.8 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.
6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.10 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.
6.1.11 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.
6.1.12 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.
6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.14 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
6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.16 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.
6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.2 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
- Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking
- 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
- May 16 2013 - Removed Gsi From This Material.
- 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.
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: *****this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source***. background the National Institute Of Standards And Technology (nist), Materials Measurement Laboratory, Materials Science And Engineering Division (https://www.nist.gov/mml/materials-science-and-engineering-division) Is On The Market For A Video Rate Electrochemical Scanning Tunneling Microscopy. The Simplest Path To Attain This Capability Is By Upgrading The Electronics And Control System Of Our Existing Conventional Electrochemical Scanning Tunneling Microscope (ecstm) That Is Presently Limited To Conventional Slow Scan Rates, E.g. 36 Lines Per Sec. The New System Will Intercept Signals From Our Existing Microscope And Add Fast X,y,z Waveforms While Simultaneously Monitoring The Response Signal, Such As The Tunneling Current, Through A Fast Analog To Digital Converter. The Advanced Fast Scan And Video Imaging Capability Are Needed To Study Electrochemical Deposition And Etching Processes Relevant To The Fabrication Of Advanced Microelectronics Chips And Devices. Video Rate Ecstm Imaging Will Enable Measurement Of Surfactant Adsorbate Dynamics That Operate During Electrochemical Deposition Of Metals And To Track How Such Adsorbates And Their Phase Transitions Influence Morphological And Microstructural Evolution During Metal Deposition. The Proposed Research Will Help Reveal How Phenomena At Atomistic And Mesoscopic Length Scale Impacts Macroscopic Outcomes. In Addition To Imaging The Control System Should Off The Option Of Having The Ability To Track The Surface Diffusion Of Individual Molecules Or Adatom, A Process Known As Atom Tracking. Once Integrated Within Our Existing System The New Controller And System Should Enable Seamless Transitions Between Slow Scan Imaging With Our Existing Conventional Scanner And The New High Speed Video Rate Scanning Or Atom Tracking Functions. The High-speed Control System Should Have Its Own Control Algorithms And Software To Handle And Process The Substantial Data Flow Associated With Video Rate Imaging. contract Line-item Number (clin) 0001: The Contractor Shall Provide One (1) Control System And High Voltage Unit With Software For Control And Data Acquisition Of Video Rate Scanning Probe Microscopy. the System Shall Meet Or Exceed The Technical Specifications Identified Below. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. The Use Of “gray Market” Components Not Authorized For Sale In The U.s. By The Contractor Is Not Acceptable. dedicated Controller For Video Rate Scanning Probe Microscopy Based On Field Programmable Gate Array (fpga) Technology And Fast Analog To Digital (adc) Conversion. the Control System Should Enable Accelerated Acquisition Of Atomic Scale Images And Also Offer As An Option The Ability To Track The Motion Of Features Such As Adatoms, Vacancies And Clusters Across The Surface, A Process Known As Atom Tracking. the Implementation Of Fast Probe Motion Control And Signal Acquisition Need To Be Fully Compatible And Transparent With Our Existing Pid Stm Controller Control Electronics (e.g. Molecular Imaging Pico Scan). No Modification To The Existing Scanner Hardware Or Electronics Should Be Required For High-speed Operation And Its Should Be Able To Easily Switch Between The Fast-scanning Mode And The Traditional Slow Imaging Mode Without Any Disruption. the System Should Intercept Signals From Our Existing Commercial Spm System And Adds Fast X, Y, And Z Waveforms, While Simultaneously Acquiring The Response Signal (such As Tunneling Current, Amplitude Or Phase) Through A Fast Adc. the System Should Be Capable Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. the Control Unit Adc Must Sample At 100 Ms/s With 16-bit Resolution With An Input Range Of At Least ±1 V/±10 V And Control Unit Fast Output Of 1.39 Ms/s At Least 14-bit Resolution ±10 V. the High-speed Scanning Voltage Unit Takes A ±10 V Input With Selectable Gain To Drive Differential Piezo Output With Max Input And Output Voltages Of ±200 V. atom Tracking Involves Two-dimensional Feedback That Allows Local Extremum (protrusion Or Depressions) On The Imaged Surface To Followed With High Temporal Resolution. a Computer, Monitor, Keyboard And Mouse Along With Software To Control Video Rate Scanning And Optional Atom Tracking Operation. installation And Training Shall Be Provided And One Year Warranty And Service Agreement. nist Conducted Market Research From August 2024 – November 2024 By, Speaking With Colleagues, Performing Internet Searches, And Speaking With Vendors To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Caen Technologies, Inc. (uei: Cgh1csxqj5h7) Can Meet All The Governments Minimum Requirements. Particularly, The Combination Of Imaging Up To 200 X 200 Pixels With A Frame Rate Up To 100 Hz. And A Control Unit With Adc Samples At 100 Ms/s With 16-bit Resolution. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By November 18, 2024. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. thank You For Taking The Time To Submit A Response To This Request.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
desired And Required Time Of Delivery (june 1997)|29|0001aa|9 Ea|548|0001ab|10 Ea|548 Days||||||||||||||||||||||||
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
|n/a|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery |one Year From Date Of Delivery|||||
warranty Of Data--basic (mar 2014)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
first Article Approval--government Testing (sep 1989)|7|1|0001aa |200|receiving Officer Portsmouth Naval Shipyard, Building 240, Code 270.4(207-438-5898) Kittery Maine, 03904|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|336612|1000||||||||||||
type Of Contract (apr 1984)|1|firm Fixed Price|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
provision 252.204-7024 Is Hereby Removed From This Solicitation. This Is Not An Evaluation Factor For Award.
\
this Solicitation Requires First Article Testing
see Far 52.209-4 For More Details.
dd1423 Data Item A001 May Be Waived If Already On File At Navsup Wss Mechanicsburg.
any Contract Awarded As A Result Of This Solicitation Will Be"do" Rated Order Certified For National Defense Use Under The Defense Priorities Andallocations System (dpas).
if Drawings Are Included In The Solicitation, Access Needs To Berequested On The Individual Solicitation Page On Contractsopportunities On The Government's Sam Website. Afterrequesting Access, Send An Email To The Primary Poc Listed Onthe Solicitation.
this Requirement Requires Access To Noforn And/or Navalnuclear Propulsion Information. See Local Text Wsstermhz12for Further Information. If You Wish To Obtain A Copy Of Thedrawings, Please Download The Security Agreement Form Fromsam.gov And Email The Completed,
signed Form To Scott.r.youngblood2.civ@us.navy.mil.
\
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=eb-2937 |96169| B|sp |d|0001 | B|49998|0568465
drawing Data=eb-2937 |96169| B|sp |d|0002 | B|49998|0262311
drawing Data=eb-2937 |96169| B|sp |d|0003 | B|49998|0457001
drawing Data=eb-2937 |96169| B|sp |d|0004 | B|49998|0494479
drawing Data=eb-2937 |96169| B|sp |d|0005 | B|49998|0557624
drawing Data=eb-2937 |96169| B|sp |d|0006 | B|49998|0572669
drawing Data=eb-2937 |96169| B|sp |d|0007 | B|49998|0588302
drawing Data=eb-2937 |96169| B|sp |d|0008 | B|49998|0487356
drawing Data=eb-2937 |96169| B|sp |d|0009 | B|49998|0641401
drawing Data=eb-2937 |96169| B|sp |d|0010 | B|49998|0609048
drawing Data=eb-2937 |96169| B|sp |d|0011 | B|49998|0332061
drawing Data=h261-0102d74 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h621-0102a01 |53711| A|er |d|0001 | A|49998|0037852
drawing Data=h621-0102a01 |53711| A|er |d|0002 | A|49998|0022265
drawing Data=h621-0102a01 |53711| A|er |d|0003 | A|49998|0045427
drawing Data=h621-0102a01 |53711| A|er |d|0004 | A|49998|0032629
drawing Data=h621-0102a01 |53711| A|er |d|0005 | A|49998|0033163
drawing Data=h621-0102a01 |53711| A|er |d|0006 | A|49998|0041453
drawing Data=h621-0102a01 |53711| A|er |d|0007 | A|49998|0122787
drawing Data=h621-0102a01 |53711| A|er |d|0008 | A|49998|0075868
drawing Data=h621-0102a02 |53711| A|er |d|0001 | A|49998|0038259
drawing Data=h621-0102a02 |53711| A|er |d|0002 | A|49998|0014346
drawing Data=h621-0102a02 |53711| A|er |d|0003 | A|49998|0053725
drawing Data=h621-0102a02 |53711| A|er |d|0004 | A|49998|0063527
drawing Data=h621-0102a02 |53711| A|er |d|0005 | A|49998|0064236
drawing Data=h621-0102a02 |53711| A|er |d|0006 | A|49998|0037645
drawing Data=h621-0102a02 |53711| A|er |d|0007 | A|49998|0036363
drawing Data=h621-0102a02 |53711| A|er |d|0008 | A|49998|0037448
drawing Data=h621-0102a02 |53711| A|er |d|0009 | A|49998|0039414
drawing Data=h621-0102a02 |53711| A|er |d|0010 | A|49998|0160700
drawing Data=h621-0102a02 |53711| A|er |d|0011 | A|49998|0134109
drawing Data=h621-0102a03 |53711| A|er |d|0001 | A|49998|0021078
drawing Data=h621-0102a03 |53711| A|er |d|0001.1 | A|49998|0019129
drawing Data=h621-0102a03 |53711| A|er |d|0001.2 | A|49998|0025775
drawing Data=h621-0102a03 |53711| A|er |d|0001.3 | A|49998|0039912
drawing Data=h621-0102a03 |53711| A|er |d|0001.4 | A|49998|0026761
drawing Data=h621-0102a03 |53711| A|er |d|0002 | A|49998|0057736
drawing Data=h621-0102a03 |53711| A|er |d|0003 | A|49998|0069402
drawing Data=h621-0102a03 |53711| A|er |d|0004 | A|49998|0052923
drawing Data=h621-0102a03 |53711| A|er |d|0005 | A|49998|0044205
drawing Data=h621-0102a03 |53711| A|er |d|0006 | A|49998|0053927
drawing Data=h621-0102a03 |53711| A|er |d|0007 | A|49998|0039873
drawing Data=h621-0102a03 |53711| A|er |d|0008 | A|49998|0047671
drawing Data=h621-0102a03 |53711| A|er |d|0009 | A|49998|0042694
drawing Data=h621-0102a03 |53711| A|er |d|0010 | A|49998|0039885
drawing Data=h621-0102a03 |53711| A|er |d|0011 | A|49998|0044703
drawing Data=h621-0102a03 |53711| A|er |d|0012 | A|49998|0042919
drawing Data=h621-0102a03 |53711| A|er |d|0013 | A|49998|0037692
drawing Data=h621-0102a03 |53711| A|er |d|0014 | A|49998|0039760
drawing Data=h621-0102a03 |53711| A|er |d|0015 | A|49998|0041011
drawing Data=h621-0102a03 |53711| A|er |d|0016 | A|49998|0048557
drawing Data=h621-0102a03 |53711| A|er |d|0017 | A|49998|0014830
drawing Data=h621-0102a03 |53711| A|er |d|0018 | A|49998|0013294
drawing Data=h621-0102a03 |53711| A|er |d|0019 | A|49998|0166561
drawing Data=h621-0102a03 |53711| A|er |d|0020 | A|49998|0139744
drawing Data=h621-0102a03 |53711| A|er |d|0021 | A|49998|0189793
drawing Data=h621-0102a03 |53711| A|er |d|0022 | A|49998|0139891
drawing Data=h621-0102a03 |53711| A|er |d|0023 | A|49998|0121265
drawing Data=h621-0102a03 |53711| A|er |d|0024 | A|49998|0105221
drawing Data=h621-0102a03 |53711| A|er |d|0025 | A|49998|0114189
drawing Data=h621-0102a03 |53711| A|er |d|0026 | A|49998|0198610
drawing Data=h621-0102a03 |53711| A|er |d|0027 | A|49998|0115665
drawing Data=h621-0102a03 |53711| A|er |d|0028 | A|49998|0083415
drawing Data=h621-0102a05 |53711| A|er |d|0001 | A|49998|0034604
drawing Data=h621-0102a05 |53711| A|er |d|0001.1 | A|49998|0012203
drawing Data=h621-0102a05 |53711| A|er |d|0002 | A|49998|0064744
drawing Data=h621-0102a05 |53711| A|er |d|0003 | A|49998|0127671
drawing Data=h621-0102a108 |53711| A|er |d|0001 | A|49998|0918547
drawing Data=h621-0102a11 |53711| A|er |d|0001 | A|49998|0043094
drawing Data=h621-0102a11 |53711| A|er |d|0001.1 | A|49998|0018658
drawing Data=h621-0102a11 |53711| A|er |d|0002 | A|49998|0060012
drawing Data=h621-0102a11 |53711| A|er |d|0003 | A|49998|0035375
drawing Data=h621-0102a11 |53711| A|er |d|0004 | A|49998|0055587
drawing Data=h621-0102a11 |53711| A|er |d|0005 | A|49998|0037265
drawing Data=h621-0102a11 |53711| A|er |d|0006 | A|49998|0039785
drawing Data=h621-0102a11 |53711| A|er |d|0007 | A|49998|0041585
drawing Data=h621-0102a11 |53711| A|er |d|0008 | A|49998|0036148
drawing Data=h621-0102a11 |53711| A|er |d|0009 | A|49998|0208132
drawing Data=h621-0102a121 |53711| A|er |d|0001 | A|49998|0709114
drawing Data=h621-0102a125 |53711| A|er |d|0001 | A|49998|0435504
drawing Data=h621-0102a168 |53711| A|er |d|0001 | A|49998|1501235
drawing Data=h621-0102a17 |53711| A|er |d|0001 | A|49998|0037341
drawing Data=h621-0102a17 |53711| A|er |d|0001.1 | A|49998|0019205
drawing Data=h621-0102a17 |53711| A|er |d|0002 | A|49998|0066302
drawing Data=h621-0102a17 |53711| A|er |d|0003 | A|49998|0062923
drawing Data=h621-0102a17 |53711| A|er |d|0004 | A|49998|0126037
drawing Data=h621-0102a188 |53711| A|er |d|0001 | |49998|1432274
drawing Data=h621-0102a22 |53711| C|er |d|0001 | |49998|0855198
drawing Data=h621-0102a22 |53711| C|er |d|0001.1 | B|49998|0028535
drawing Data=h621-0102a22 |53711| C|er |d|0001.2 | B|49998|0033887
drawing Data=h621-0102a22 |53711| C|er |d|0001.3 | B|49998|0012002
drawing Data=h621-0102a22 |53711| C|er |d|0002 | B|49998|0077551
drawing Data=h621-0102a22 |53711| C|er |d|0003 | B|49998|0038816
drawing Data=h621-0102a22 |53711| C|er |d|0004 | B|49998|0120742
drawing Data=h621-0102a22 |53711| C|er |d|0005 | B|49998|0068506
drawing Data=h621-0102a22 |53711| C|er |d|0006 | B|49998|0120902
drawing Data=h621-0102a39 |53711| A|er |d|0001 | A|49998|0043492
drawing Data=h621-0102a39 |53711| A|er |d|0001.1 | A|49998|0033724
drawing Data=h621-0102a39 |53711| A|er |d|0002 | A|49998|0062801
drawing Data=h621-0102a39 |53711| A|er |d|0003 | A|49998|0071199
drawing Data=h621-0102a48 |53711| B|er |d|0001 | B|49998|0037377
drawing Data=h621-0102a48 |53711| B|er |d|0001.1 | B|49998|0024643
drawing Data=h621-0102a48 |53711| B|er |d|0001.2 | B|49998|0022539
drawing Data=h621-0102a48 |53711| B|er |d|0001.3 | B|49998|0027931
drawing Data=h621-0102a48 |53711| B|er |d|0001.4 | B|49998|0036544
drawing Data=h621-0102a48 |53711| B|er |d|0002 | B|49998|0071446
drawing Data=h621-0102a48 |53711| B|er |d|0003 | B|49998|0035428
drawing Data=h621-0102a48 |53711| B|er |d|0004 | B|49998|0039985
drawing Data=h621-0102a50 |53711| A|er |d|0001 | A|49998|0041731
drawing Data=h621-0102a50 |53711| A|er |d|0001.1 | A|49998|0029231
drawing Data=h621-0102a50 |53711| A|er |d|0001.2 | A|49998|0036383
drawing Data=h621-0102a50 |53711| A|er |d|0002 | A|49998|0054429
drawing Data=h621-0102a50 |53711| A|er |d|0003 | A|49998|0030654
drawing Data=h621-0102a50 |53711| A|er |d|0004 | A|49998|0061856
drawing Data=h621-0102a50 |53711| A|er |d|0005 | A|49998|0057108
drawing Data=h621-0102a50 |53711| A|er |d|0006 | A|49998|0056135
drawing Data=h621-0102a50 |53711| A|er |d|0007 | A|49998|0060035
drawing Data=h621-0102a50 |53711| A|er |d|0008 | A|49998|0059823
drawing Data=h621-0102a50 |53711| A|er |d|0009 | A|49998|0023352
drawing Data=h621-0102a50 |53711| A|er |d|0010 | A|49998|0040524
drawing Data=h621-0102a50 |53711| A|er |d|0011 | A|49998|0051452
drawing Data=h621-0102a50 |53711| A|er |d|0012 | A|49998|0057922
drawing Data=h621-0102a50 |53711| A|er |d|0013 | A|49998|0022848
drawing Data=h621-0102a50 |53711| A|er |d|0014 | A|49998|0035871
drawing Data=h621-0102a50 |53711| A|er |d|0015 | A|49998|0038701
drawing Data=h621-0102a50 |53711| A|er |d|0016 | A|49998|0028302
drawing Data=h621-0102a50 |53711| A|er |d|0017 | A|49998|0088297
drawing Data=h621-0102a50 |53711| A|er |d|0018 | A|49998|0155682
drawing Data=h621-0102a50 |53711| A|er |d|0019 | A|49998|0124972
drawing Data=h621-0102a50 |53711| A|er |d|0020 | A|49998|0118121
drawing Data=h621-0102a50 |53711| A|er |d|0021 | A|49998|0077344
drawing Data=h621-0102a50 |53711| A|er |d|0022 | A|49998|0128466
drawing Data=h621-0102a51 |53711| A|er |d|0001 | A|49998|0040110
drawing Data=h621-0102a51 |53711| A|er |d|0001.1 | A|49998|0027168
drawing Data=h621-0102a51 |53711| A|er |d|0002 | A|49998|0060056
drawing Data=h621-0102a51 |53711| A|er |d|0003 | A|49998|0061789
drawing Data=h621-0102a52 |53711| A|er |d|0001 | A|49998|0039953
drawing Data=h621-0102a52 |53711| A|er |d|0001.1 | A|49998|0032355
drawing Data=h621-0102a52 |53711| A|er |d|0002 | A|49998|0062662
drawing Data=h621-0102a52 |53711| A|er |d|0003 | A|49998|0037395
drawing Data=h621-0102a52 |53711| A|er |d|0004 | A|49998|0035793
drawing Data=h621-0102a57 |53711| A|er |d|0001 | A|49998|0168427
drawing Data=h621-0102a71 |53711| A|er |d|0001 | A|49998|0169469
drawing Data=h621-0102a99 |53711| B|er |d|0001 | B|49998|5824730
drawing Data=h775-1512a1 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a10 |53711| A|er |d|0001 | |49998|1565029
drawing Data=h775-1512a2 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a3 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a4 |53711| A|er |d|0001 | |00026|0000000
drawing Data=h775-1512a5 |53711| A|er |d|0001 | |49998|0228403
drawing Data=h775-1512a6 |53711| A|er |d|0001 | |49998|0063013
drawing Data=h775-1512a7 |53711| A|er |d|0001 | |49998|0176895
drawing Data=h775-1512a8 |53711| A|er |d|0001 | |49998|0271962
drawing Data=h775-1512a9 |53711| A|er |d|0001 | |49998|0335202
drawing Data=6984052 |53711| D| |d|0001 | D|00026|0000000
drawing Data=6985426 |53711| A| |d|0000.a | A|49998|0035751
drawing Data=6985426 |53711| A| |d|0001 | A|49998|0074079
drawing Data=6985426 |53711| A| |d|0002 | A|49998|0062500
drawing Data=6985426 |53711| A| |d|0003 | A|49998|0008982
drawing Data=6985426 |53711| A| |d|0004 | A|49998|0010717
drawing Data=6985426 |53711| A| |d|0005 | A|49998|0030344
drawing Data=6985426 |53711| A| |d|0006.1 | A|49998|0061541
drawing Data=6985426 |53711| A| |d|0006.10 | A|49998|0022748
drawing Data=6985426 |53711| A| |d|0006.2 | A|49998|0061465
drawing Data=6985426 |53711| A| |d|0006.3 | A|49998|0055809
drawing Data=6985426 |53711| A| |d|0006.4 | A|49998|0059727
drawing Data=6985426 |53711| A| |d|0006.5 | A|49998|0059513
drawing Data=6985426 |53711| A| |d|0006.6 | A|49998|0023040
drawing Data=6985426 |53711| A| |d|0006.7 | A|49998|0040218
drawing Data=6985426 |53711| A| |d|0006.8 | A|49998|0051132
drawing Data=6985426 |53711| A| |d|0006.9 | A|49998|0057425
drawing Data=6985426 |53711| A| |d|0007.1 | A|49998|0024885
drawing Data=6985426 |53711| A| |d|0007.10 | A|49998|0037342
drawing Data=6985426 |53711| A| |d|0007.11 | A|49998|0032807
drawing Data=6985426 |53711| A| |d|0007.12 | A|49998|0037061
drawing Data=6985426 |53711| A| |d|0007.13 | A|49998|0036308
drawing Data=6985426 |53711| A| |d|0007.14 | A|49998|0040683
drawing Data=6985426 |53711| A| |d|0007.15 | A|49998|0028030
drawing Data=6985426 |53711| A| |d|0007.2 | A|49998|0038133
drawing Data=6985426 |53711| A| |d|0007.3 | A|49998|0037181
drawing Data=6985426 |53711| A| |d|0007.4 | A|49998|0035304
drawing Data=6985426 |53711| A| |d|0007.5 | A|49998|0035595
drawing Data=6985426 |53711| A| |d|0007.6 | A|49998|0035487
drawing Data=6985426 |53711| A| |d|0007.7 | A|49998|0032536
drawing Data=6985426 |53711| A| |d|0007.8 | A|49998|0038400
drawing Data=6985426 |53711| A| |d|0007.9 | A|49998|0042559
drawing Data=6985426 |53711| A| |d|0008.1 | A|49998|0029133
drawing Data=6985426 |53711| A| |d|0008.2 | A|49998|0046621
drawing Data=6985426 |53711| A| |d|0008.3 | A|49998|0014013
drawing Data=6985426 |53711| A| |d|0008.4 | A|49998|0012670
drawing Data=6985426 |53711| A| |d|0009 | A|49998|0088388
drawing Data=6985426 |53711| A| |d|0010 | A|49998|0157697
drawing Data=6985426 |53711| A| |d|0011 | A|49998|0138726
drawing Data=6985426 |53711| A| |d|0012 | A|49998|0189061
drawing Data=6985426 |53711| A| |d|0013 | A|49998|0134718
drawing Data=6985426 |53711| A| |d|0014 | A|49998|0123397
drawing Data=6985426 |53711| A| |d|0015 | A|49998|0118040
drawing Data=6985426 |53711| A| |d|0016 | A|49998|0113699
drawing Data=6985426 |53711| A| |d|0017 | A|49998|0118200
drawing Data=6985426 |53711| A| |d|0018 | A|49998|0071113
drawing Data=6985426 |53711| A| |d|0019 | A|49998|0068598
drawing Data=6985426 |53711| A| |d|0020 | A|49998|0116804
drawing Data=6985426 |53711| A| |d|0021 | A|49998|0075838
drawing Data=6985426 |53711| A| |d|0022 | A|49998|0097724
drawing Data=6985426 |53711| A| |d|0023 | A|49998|0069126
drawing Data=6985426 |53711| A| |d|0024 | A|49998|0155576
drawing Data=6985426 |53711| A| |d|0025 | A|49998|0143738
drawing Data=6985426 |53711| A| |d|0026 | A|49998|0127085
drawing Data=6985426 |53711| A| |d|0027 | A|49998|0123826
drawing Data=6985426 |53711| A| |d|0028 | A|49998|0109249
drawing Data=6985426 |53711| A| |d|0029 | A|49998|0121330
drawing Data=6985426 |53711| A| |d|0030 | A|49998|0087896
drawing Data=6985426 |53711| A| |d|0031 | A|49998|0124616
drawing Data=6985426 |53711| A| |d|0032 | A|49998|0234515
drawing Data=6985426 |53711| A| |d|0033 | A|49998|0126707
drawing Data=6985426 |53711| A| |d|0034 | A|49998|0128215
drawing Data=6985426 |53711| A| |d|0035 | A|49998|0072619
drawing Data=6985426 |53711| A| |d|0036 | A|49998|0076247
drawing Data=7069152 |53711| A| |d|0001 | A|49998|2185285
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-b150 | | | |190401|a| | |
document Ref Data=astm-a193 | | | |200515|a| | |
document Ref Data=astm-b209 | | | |070801|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=astm-b564 | | | |191101|a| | |
document Ref Data=astm-a574 | | | |120401|a| | |
document Ref Data=astm-f606 | | | |191115|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=astm-e1417 | | | |160615|a| | |
document Ref Data=astm-e1444 | | | |160601|a| | |
document Ref Data=asme-b18.3 | | | |120101|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=astm-d4066 | | | |130701|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-dtl-18240 | | |f |000313|a| 1| |
document Ref Data=qpl 25027 | | |17 |000207|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=sae Ams-qq-a-200 | | |a |980901|a| | |
document Ref Data=sae Ams-qq-a-200 |0008| |a |150501|a| | |
document Ref Data=sae Ams-qq-a-250 |0011| | |970801|a| | |
document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=aia/nas Nasm 17828 | | |1 |130430|a| | |
document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | |
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
document Ref Data=t9074-bd-gib-010/0300 | | |2 |121218|a| | |
3. Requirements
3.1 ;desurger Assembly Fwd To Be In Accordance With Naval Sea System Command Drawing 6985426 Part A3 And All Eb Ers Invoked In This Contract, 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 - ;head Desurger, Part 3-1;
material - ;t9074-bd-gib-010/0300, Grade Hy-80, Forged, Appendix E;
part - ;tailpiece Fwd Part 3-2;
material - ;sae Ams-qq-s-763, Cl 304, Cond A;
part - ;bushing Part 6-1;
material - ;astm-b150 Uns C63200, Tq50 Or Tq55;
part - ;barrel Part 22;
material - ;astm-b564 Forged, Uns N06625, Condition Annealed And Meeting The Mechanical Properties Of General Note 7006. Chrome Plated In Accordance With General Note 7021;
part - ;piston Part 23;
material - ;sae Ams-qq-a-250/11, Alloy 6061, Temper T651 Or Astm B209, Alloy 6061, Temper T651. Anodized In Accordance With General Note 2221;
part - ;rod Tie Part 24;
material - ;astm-a193 Grade B7;
part - ;rod Piston Part 25;
material - ;sae-ams- Qq-a-200/8 Alloy 6061, Temper T6 Anodized In Accordance With General Note 2221 And Plated In Accordance With General Note 7202;
part - ;nut, Self-locking Part 78;
material - Qq-n-281, Class A Annealed (hot Finished Or Cold Drawn) Or Class B Cold Drawn. All Material Must Be From The Same Class.
self-locking Element- Astm-d4066, Group 01, Class 1 Or 2, Grade 1
part - ;self Locking Cap Screw, Part 79;
material - ;mil-dtl-1222, Type Ii, Qq-n-286, Solution Annealed And Age Hardened And Marked .k. Self-locking Element To Be In Accordance With Mil-dtl-18240. Cross Drill 2 Holes Iaw Ansi-b18.3;
3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below.
test - 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 - ;ultrasonic Inspection;
item - ;bushing Part 6-1(with A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material);
performance - ;t9074-as-gib-010/271;
acceptance - ;general Note 125 Of Drawing 6985426;
test - ;ultrasonic Inspection;
item - ;barrel Part 22 (starting Material);
performance - ;eb-2937, Paragraph 4.5.4;
acceptance - ;eb-2937, Paragraph 4.5.4;
test - ;ultrasonic Inspection;
item - ;hy-80 Forged Material;
performance - ;t9074-bd-gib-010/300 Appendix E;
acceptance - ;t9074-bd-gib-010/300 Appendix E;
test - ;magnetic Particle Inspection;
item - ;hy-80 Forged Material;
performance - ;t9074-bd-gib-010/300 Appendix E;
acceptance - ;t9074-bd-gib-010/300 Appendix E;
test - Quality Conformance/compliance Inspection
item - ;hy-80 Starting Material;
performance - ;t9074-bd-gib-010/300, Appendix E;
acceptance - ;t9074-bd-gib-010/300, Appendix E;
test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining)
item - ;tailpiece, Part 3-2;
performance - Sae-ams-qq-s-763
acceptance - Sae-ams-qq-s-763
test - ;liquid Penetrant Inspection;
item - ;rod Tie Part 24;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
test - ;dye Penetrant Inspection For Non-magnetic Grades;
item - ;nut Self Locking Part 78;
performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444 (method C Solvent Removal Techniques Must Not Be Used On Thread)
acceptance - ;nasm25027;
test - Quality Conformance Tests
item - Self-locking Nuts
performance - ;nasm25027;
acceptance - ;nasm25027;
attribute - Certificate Of Completion
item - Self-locking Nut Nonmetallic Insert
performance - ;astm-d4066, Group 01, Class 1, Grade 1;
attribute - Certificate Of Compliance
item - Self-locking Nuts
performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex
self-locking Nuts.
test - ;liquid Penetrant Inspection;
item - ;screw Cap Self Locking Part 79;
performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222
acceptance - Mil-dtl-1222
attribute - Annealing And Age Hardening
item - ;screw Cap Self Locking Part 79;
performance - Qq-n-286
test - ;hydrostatic Test;
item - ;each Assembly;
performance - ;note 7400 Of Drawing 6985426;
acceptance - ;note 7400 Of Drawing 6985426;
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/-0psig. 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 Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. 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 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/
3.6 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286.
3.6.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The
annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286.
3.6.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be
cut Or Ground Only.
3.7 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.8 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must Be
performed On A Full Size Fastener.)
3.8.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222.
3.8.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order.
3.9 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
3.10 Certification Is Required For The Following As Identified Further Below:
- Process Control Plan
- Qualification Plan
- Qualification Testing (first Article)
all Manufacturing Facilities Which Have Been Approved To An Earlier Revision Of This Specification Are Required To Meet The Recertification Requirements Of T9074-bd-gib-010/0300 Revision 2. An Updated Process Control Plan Incorporating Any Changes Necessary To
meet The Requirements Of T9074-bd-gib-010/0300 Revision 2 Must Be Submitted.
re-certification Of The First Article Approval Of Vendor Facilities, Processes, And Manufacturing Methods Is Required Every 5 Years And Must Meet All The Requirements Of T9074-bd-gib-010/0300. The Certification Must Be Current At The Delivery Date Of Procured
products.
3.10.1 Qualification Testing (first Article Inspection) - See Di-ndti-80809 (first Article Test Report) - Certification Is Required For The Following Test On The Items Listed Below:
test - First Article Inspection
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
acceptance - T9074-bd-gib-010/0300
previous Fat Approvals That Were Based Upon Previous Specifications Are Not Valid For Meeting The Requirements Of T9074-bd-gib-010/0300 Revision 2, Unless Otherwise Approved By Navsea.
the Contractor May Request The Fat Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval, Provided It Meets The Requirements Of This Contract/purchase Order.
3.10.2 Process Control Plan - See Di-ndti-80809 (process Control Plan) - Certification Is Required For The Following Attribute On The Items Listed Below:
attribute - Process Control Plan
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
the Pcp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Pcp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval.
3.10.3 Qualification Plan - See Di-ndti-80809 (qualification Plan) - Certification Is Required For The Following Attribute On The Items Listed Below:
attribute - Qualification Plan
item - ;hy-80 Starting Material;
performance - T9074-bd-gib-010/0300
the Qp Must Be Reviewed And Approved By Navsea Prior To Initiating First Article Testing. The Contractor May Request The Qp Submission Requirement Be Waived By Providing The Pco With Evidence Of Navsea Approval.
3.11 ;see Cdrl Di-forg-80412 (forging Manufacturing Sketches) Forging Sketches Are Required For The Head Desurger, Part 3-1, Per T9074-bd-gib-010-0300, Appendix E.;
3.12 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate
fasteners From Those Required For The Yield Test.
3.12.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1.
3.12.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used.
a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge.
b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge.
c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows:
sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge
d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable.
3.12.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet
the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same
manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot.
3.13 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.
3.13.1 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.
3.13.2 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.
3.13.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.14 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia, The Mechanical Properties Of Hex Bar Apply.
3.15 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, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures
qualified Under S9074-aq-gib-010/248 For All Production And Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.16 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.
3.17 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.17.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide
a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.17.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.17.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change.
3.18 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.
3.19 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.
3.19.1 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 ^
3.20 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.
3.21 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Hex Nuts Must Be Marked In Accordance With Nasm 17828. Nasm 17828 Nuts Must Be Marked On The Wrenching Surface With The Manufacturer's
identification Symbol, Material Symbol And Heat/lot Traceability Code; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked
by Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective
compounds.
3.21.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side
location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed
by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.22 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.
3.23 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 Made To T9074-bd-gib-010/0300, 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. The Revision Of The Process Control Plan Used And The Date Of Most Recent First Article Approval Or Recertification.
5. Actual Data Of Specified Chemical And Mechanical Tests And A Record Of The Final Heat Treatment (if Applicable).
6. Qualitative Results Of Nondestructive Tests And Other Inspections Or Tests.
7. The Melt Processes Used And The Melting Source Of The Material If The Contractor Is Not The Melter.
8. A Statement That Each Lot Has Been Sampled, Tested, And Inspected In Accordance With The Specification Requirements And That The Manufacturer Has Maintained Adequate Manufacturing Procedures Demonstrated In First Article Testing As Listed And Maintained As
specified In Paragraph 4.3.2 Of T9074-bd-gib-010/0300 And Quality Assurance Practices To Produce A Product That Meets The Chemical And Mechanical Property Requirements Specified Throughout The Product.
9. A Statement That Each Lot Meets All Specification Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.24 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.
3.24.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.24.2 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.")
3.24.3 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.
3.24.4 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.
3.24.5 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.
3.24.6 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.
3.24.7 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.
3.24.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.24.9 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.
3.24.10 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.
3.24.11 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.
3.24.12 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.
3.25 See Cdrls Di-misc-80875 (brazing Procedures) And Di-misc-80876 (braze Proc Qual Data) - Prior To Performing Any Brazing, The Applicable Brazing Procedure Qualification Data Must Be Submitted. Brazing Procedures Must Be Submitted For Information With
the Supporting Procedure Qualification Data. Brazing Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. If The Contractor's Qualification Data Has Previously Been Approved By The Navy
for This Or Other Contracts, A Copy Of The Original Approval Letter Must Besubmitted In Lieu Of The Qualification Data. (note: Letters Extendingapproval Of Qualification Data Based On Previous Approvals Are Not Acceptableto Fulfill This Requirement. The
approval Letter Must Reference The Applicable Brazing Procedure And/or Brazing Procedure Qualification Data Number.)
3.26 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.
3.26.1 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.
3.26.2 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.
3.26.3 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.
3.26.4 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.
3.26.5 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.
3.27 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.
3.27.1 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.
3.27.2 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.
3.28 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactur
BARANGAY CONCEPCION, VALENCIA CITY, BUKIDNON Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 217.7 K (USD 3.7 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Materials Intended Fo The Construction Of Mp Building At Purok 13, Kapihan ( Complete Bid) (project Reference No. 2025-02-002 The Barangay Government Of Concepcion, Of Valencia City, Bukidnon, , Intends To Apply The Sum Of Php 217,739.20 Being The Approved Budget For The Contract (abc) To Payment Under The Contract, To Wit; Lot Particulars Abc Amount Of Bid Docs A Supply & Delivery Of Various Construction Materials Php 217,739.20 Php 500.00 1) 2 Cum. ¾ Gravel Bedding 2) 36 Bags Portland Cement 3) 2.50 Cum. Screened Sand 4) 4.50 Cum. Clean Gravel (3/4) 5) 29 Lenghts 12mmx6m Def. Bars (g-33) 6) 49 Lenghts 10mm X6m Def. Bars (g-33) 7) 10 Kgs. #16 G.i Pipe Tie Wire 8) 6 Sheets 4x8x1/4 Thk. Ordinary Plywood 9) 123.52 Bd.ft. Coco Lumber (use Once) 10) 4 Kgs. Assorted Nails 11) 309 Pcs. 4x8x16 Chb, Non-load Bearing 12) 11 Bags Portland Cement 13) 1.50 Cum. Screened Sand 14) 16 Lenghts 10mmx6m Def. Bars (g-33) 15) 2 Kgs. #16 Tie Wire 16) 4 Bags Portland Cement, 40 Kgs. 17) 0.50 Cum. Screened Sand 18) 104 I.m. 0.40mm Thk. Rib-type Pre-fabricated Pre-painted Roofing 19) 792 Pcs. Tekscrew 20) 1 Liters Vulcaseal 21) 5 Sheets 16 X 0.40mm Thk. Pre-painted Pre-fab. Ridge Roll 22) 12 Sheets 16 X 0.40mm Thk. Pre-fabricated 23) 238 Pcs. Blind Rivets 24) 10 Pcs. Gutter Strap 25) 9 Lenghts 2x3x2mm Thk. Rect. Tube 26) 9 Lenghts 2x3x3mm Thk. Rect. Tube 27) 4 Lenghts 2x3x1.2mm Thk. Rect.tube 28) 32 Lenghts 2x3x1.5mmthk. C-purlins 29) 3 Lenghts 3 “dia Sc40 G.i Pipe 30) 7 Lenghts 1x1x 1/8 Angle Bar 31) 6 Lenghts 1x3mm Flat Bar 32) 5 Sheets ¼ Thk. Fiber Cement Board 33) 6 Pcs. 10mm X 100mm X50mm Steel Plate 34) 6 Pcs. 10mm X 0.16m X 20m Top Plate (fully Weld) 35) 6 Pcs. 10mm X 0.16m X .20m Base Plate Welding Rod 36) 27.40 Kgs. Welding Rod 37) 24 Pcs. 12mm Dia X 250mm Anchor Bolt With Nut 38) 1 Gal. Red Oxide Primer 39) 1 Box Blind Rivets 40) 1 Pc. Cutting Disc. (4x3/64x5/8 For Metal) 41) 1 Pc. Utility Paint Brush 4” Yellow Natural Bristles 42) 1 Pc. Utility Paint Brush 2” Yellow Natural Bristles Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Barangay Government Concepcion Of Valencia City, Bukidnon Now Invites Bids For The Supply & Delivery Of Various Conctruction Materials. Delivery Is Required Within 15 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 2 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From The Barangay Government Of Concepcion, Valencia City, Bukidnon And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Or His Duly Authorized Representative From The Bac Secretariat For The Period February 5-11, 2025 Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above To The Barangay Cashier. The Method Of Payment Shall Be In Cash. Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Duly Authorized Representative. Bids And Eligibility Requirements Must Be Delivered To The Bac Office On Or Before The Scheduled Eligibility Checking And Bid Opening: February 12, 2025 (wednesday , 10:00 Am) At The Barangay Hall , Concepcion, Valencia City, Bukidnon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Barangay Government Of Concepcion, Valencia City, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Bac Secretariat Bids And Awards Committee Guinoyuran Alexander S. Jarapan Bac Chair
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 3.6 Million (USD 63.1 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Three Million Six Hundred Sixty Three Thousand Seven Hundred Eight And 92/100(php 3,663,708.92) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, San Roque, Aposkahoy, Claveria, Misamis Oriental, Under Purchase No. 0050-25 Dated November 05, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 800(1) Clearing And Grubbing 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(1)b3 Ceiling (6mm Marine Plywood, Metal Frame) 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1)a Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 66 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. 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 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Seven Hundred Ninety Four Thousand Three Hundred Eighty And 43/100(php 3,794,380.43) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Brgy. Poblacion, Alubijid, Misamis Oriental, Under Purchase No. 0011-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Palin And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works & Fire Alarm System 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Province Of Misamis Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Thirteen Million Six Hundred Eighty Thousand Ninety One & 63/100 (php 13,680,091.63) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Barangay Health Center And Nutrition Office Poblacion 3, Villanueva, Misamis Oriental, Under Purchase No. 0016-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Spl Logo Part Ii. Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii. Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part Iv. Masonry Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part V. Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi. Doors & Windows 1008 Aluminum Glass Windows 1010(2)a Hollow Core Flush Door 1007 Aluminum Framed Glass Door Part Vii. Carpentry & Joinery Works 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(4) Cabinets 1003(11)a Fascia Board 1003(17) Carpentry & Joinery Works (ceiling Vent) 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1013(2)c Fabricated Metal Roofing Accessory (gutter) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)b Metal Structures Accessories (sagrods) 1051(6) Railings Part Ix. Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part Xi Mechanical & Electronics Works 1200(13) Air Conditioning System 1202(06)a2 Extinguisher 1203 Fire Alarm System Part Xii Plumbing Works 1001(8) Sewer Line Works 1001(9) Storm Drainage And Downspout 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault (chb) 1001(5)b Catch Basin (chb) Part Xiii Termite Conrtol Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 141 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Province Of Misamis Oriental Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax- Trust Fund Intends To Apply The Sum Of Seven Million Four Hundred Forty Eight Thousand Eight Hundred Twenty Eight And 62/100 (php 7,448,828.62) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of 1 Storey 4 Classroom School Building Pamalihi Elementary School, Samay, Balingasag, Misamis Oriental, Under Purchase No. 0035-25 Dated January 13, 2025. Description Of Works Part I Other General Requirements B.3 Permits And Clearances B.5 Project Billboards/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii Earthworks 801(1) Removal Of Structure And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed) Grade 40 903(2) Formworks & Falseworks Part Iv Masonry Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 150mm 1021(1)a Cement Floor Finish (plain) 1027(1) Cement Plaster Finish Part V Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi Doors & Windows 1009(1)a Jalousie Windows (glass) 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door Part Vii Capentry & Joinery Works 1003(1) 6mm Marine Plywood On Metal Frame Ceiling 1003(17) Carpentry & Joinery Works 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)a Fabricated Metal Roofing Accessory (ridge Roll) 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)a Metal Structures Accessories (anchor Bolts) 1047(3)b Metal Structures Accessories (sagrods) 1047(3)c Metal Structures Accessories (turnbuckle) 1047(3)d Metal Structures Accessories (cross Bracing) 1047(6) Metal Structures Accessories (steel Plates) 1051(6) Railings Part Ix Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures 1200(17) Propeller (ceiling Fan) Part Xi Plumbing Works 1001(8) Sewer Line Works 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault Part Xii Termite Control Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 105 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 30, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. 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 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Province Of Sarangani Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description Improvement Of Ladol Multi-purpose Building, Alabel Brgy. Ladol, Alabel, Sarangani Province (contract No. Infra- 2025-29) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025-20% Df Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Ladol Multi-purpose Building, Alabel, Sarangani Province With Contract No. Infra-2025-29. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Seventy Two Calendar Days (72cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 4, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, At 9:00 A.m. 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 15. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-29 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 1,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-29 Contract Name: Improvement Of Ladol Multi-purpose Building, Alabel Location: Brgy. Ladol, Alabel, Sarangani Province Bill Of Quantities Calendar Days: 72cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation (common Soil) 18.55 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 1.27 Cu.m In Words: In Figures: Php In Figures: Php Spl-1 Backfilling Of Excavated Materials 10.22 Cu.m In Words: In Figures: Php In Figures: Php Spl-2 Dewatering 1.00 L.s In Words: In Figures: Php In Figures: Php 900(1) Structural Concrete 28.44 Cu.m In Words: In Figures: Php In Figures: Php 902(1) Reinforcing Steel (deformed) 2,079.38 Kgs. In Words: In Figures: Php In Figures: Php 903(1) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 1.41 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 1.85 Sq.m In Words: In Figures: Php In Figures: Php 1047(1) Structural Steel 1.00 L.s In Words: In Figures: Php In Figures: Php 1014(1)b2 Prepainted Metal Sheets 54.40 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)b2 Fabricated Metal Roofing Accessory (gutter) 25.44 Ln.m In Words: In Figures: Php In Figures: Php Spl-3 Fabricated Pre-painted Metal Cladding (louver) 19.98 Sq.m In Words: In Figures: Php In Figures: Php Spl-4 Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1032(1)a Painting Works, Masonry/concrete 218.97 Sq.m In Words: In Figures: Php In Figures: Php Spl-5 Steel Railings 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-6 Painting Works, Steel Surface 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
3771-3780 of 3987 archived Tenders