Fabrication Tenders
Fabrication Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 407.68 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1021(1)c Cement Floor Finish (with Floor Hardener) Sq.m. 70.40 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 97.20 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings(conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Ormoc City Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb11-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Canopy Of Covered Court Location : Brgy. Biliboy, Ormoc City Brief Description Other General Requirements; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthwork; Removal Of Structures And Obstruction; Structure Excavation Common Soil; Embankment From Borrow (granular Coarse Material); Site Development (gate); Reinforced Concrete; Structural Concrete 3500 Psi (class "a", 28 Days); Reinforcing Steel (deformed) Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Rough Hardware; Finishing Hardware; Fabricated Metal Roofing Accessory (gauge 26, 0.551 Mm, Flashings); Fabricated Metal Roofing Accessory (gauge 24, 0.701 Mm, Gutters); Pre-painted Metal Sheets Rib Type; Glazed Tiles And Trims; Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (steel); Non-structural Metal Framing; Pvc Doors And Frames; Chb Non Load Bearing (including Reinforcing Steel) 100mm; Structural Steel; Approved Budget For The Contract : P 2,898,518.36 Cy2025 20% Development Fund-annual Budget Contract Duration : 89 Calendar Days Minimum Equipment 1-jackhammer (owned/leased); 1-air Compressor (owned/leased); 2-bagger Mixer (owned/leased); 2-backhoe (080cu.m.) (owned/leased); 2-dump Truck (12 Cu.yd.) (owned/leased); 1-plate Compactor (owned/leased); 3-welding Machine (500 Ampheres) (owned/leased); 3-bar Cutter (owned/leased); 2-bar Bender (owned/leased); 2-chain Block (owned/leased); 1-chipping Gun (owned/leased); 1-electric Drill (owned/leased); 1-cutting Outfit (owned/leased); 1-boom Truck (owned/leased); 24-steel Scaffolding (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Wednesday, February 05, 2025 February 26, 2025 @ 9:30 A.m 2. Pre-bid Conference Thursday, February 13, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Wednesday, February 26, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Wednesday, February 26, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc 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 Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps February 05, 2025 Bac Chairman Newspaper N/a Closing Date: February 26, 2025 2025-02-cb11
Closing Date26 Feb 2025
Tender AmountPHP 2.8 Million (USD 50 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Repair Of Multi-purpose Building (covered Court) Brgy. Sto. Niño, Guiuan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Two Hundred Twenty Thousand Five Hundred Pesos Only (php2,220,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-116 Repair Of Multi-purpose Building (covered Court), Brgy. Sto. Niño, Guiuan, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, , Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (3.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal And Obstruction Of Structure (1.00 L.s.), Item No. 803(1)a – Excavation (common Soil) (15.35), Item No. 1047(2)b – Structural Steel, Purlins (4,352.92 Kgs), Item No. 1014(1)b2 – Prepainted Metal Sheets Long Span, Rib Type, Above, 0.427mm (630.43 Sq.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory, Ridge Roll (33.00 M.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory, Flashing (104.21 M.), Item No. 1032(1)c – Painting Works (steel) (883.97 Sq.m.), Item No. Spcl.1 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 90 Calendar Days. Bidders Should Have Completed 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 Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 11, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 28, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. 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’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date28 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 408.17 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 155.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings(conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Day Care Center Item Description Unit Qty. Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.9 Mobilization & Demobilization Ls 1.00 Part Ii Civil Works Parta Earthworks 803(1)b Structure Excavation (soft Rock) M3 3.43 804(4) Gravel Bedding M3 2.76 Partb Plain & Reinforced Concrete Works 900(1)c2 Structural Concrete For Footing & Slab On Grade (class A, 28 Days) M3 12.71 900(1)c4 Structural Concrete For Column (class A, 28 Days) M3 0.24 902(1)a Reinforcing Steel Of Reinforced Concrete Structures Kg 261.17 903(1) Formworks And Falseworks (for One-storey Building) M2 36.00 Part C Finishings And Other Civil Works C.1 Masonry Works 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 92.23 C.2 Fabricated Materials 1010(2)b Wooden Panel Door M2 4.20 1043(1) Pvc Doors & Frames M2 1.47 1009(1)a Jalousie Window (glass) M2 6.48 C.3 Roof Framing & Roofing Works 1047(2)b Structural Steel Roof Truss Kg 279.82 1047(2)c Structural Steel Purlins Kg 69.16 1013(2)a1 Fabricated Metal Roofing Accessory (ridge Roll) Lm 4.00 1014(1)b1 Prepainted Metal Sheets ( Long Span,0.5mm Thk) M2 62.70 C.4 Painting Works 1032(1)c Painting Works (metal Painting) M2 61.62 Part Iv Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-01 Name Of Contract: Construction Of Day Care Center At Purok Gk Nazareth Burnavista, Pagadian City 2saip24-8000rf-2a13 Approved Budget For The Contract -p 489,229.01 Completion Of Work -90 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 9, 2025 To January 16, 2025 2-issuance And Availability Of Bidding Documents January 9, 2024 To January 16, 2025 3-pre-bid Conference N/a 4- Submission And Receipt Of Bids /bid Opening January 16, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 500.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 9, 2025 To January 16, 2025
Closing Date16 Jan 2025
Tender AmountPHP 489.2 K (USD 8.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structure Excavation (common Soil) Cu.m. 71.22 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 44.25 804(2)a Embankment From Borrow (common Soil) Cu.m. 16.64 804(7) Gravel Fill Cu.m. 15.08 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 65.38 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 15,740.58 903(2) Formworks And Falseworks Sq.m. 409.93 Total Cost (part C) Carried To Summary Php Part C Finishing And Other Civil Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel)(100mm) Sq.m. 326.95 1010(2)b Doors (wood Panel) Sq.m. 5.25 1043(1) Pvc Doors And Frames Sq.m. 2.52 1007(1)b Aluminum Framed Glass Door (swing Type) Sq.m. 11.76 1005(1) Residential Casement (steel) Sq.m. 6.30 1008(1)c Aluminum Glass Windows (awning Type) 1.08 Sq.m. 1003(17) Carpentry And Joinery Works (doors Jambs) L.s. 1.00 1004(2) Finishing Hardware (lockset & Hinges) L.s. 1.00 1051(1)a Railing L.s. 1.00 1021(1)c Cement Floor Finish(with Floor Hardener) Sq.m. 10.00 1027(1) Cement Plaster Finish Sq.m. 602.14 1016(1)a Waterproofing(cement-base) Sq.m. 133.82 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 199.28 1018(1) Glazed Tiles And Trims Sq.m. 27.59 1018(2) Unglazed Tiles Sq.m. 145.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 968.19 1032(1)b Painting Works (wood) Sq.m. 20.27 1032(1)c Painting Works (steel) Sq.m. 211.81 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Long Span) Sq.m. 113.76 1013(2)a Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Ridge/hip Rolls) L.m. 15.80 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 14.40 1047(8)a Structural Steel (trusses) Kg 2,152.48 1047(8)b Structural Steel (purlins) Kg 1,281.42 1047(5)a Metal Structure Accessories (bolts And Rods) Kg 5.68 1047(5)d Metal Structure Accessories (steel Plates) Kg. 101.74 1047(5)b Metal Structure Accessories (sagrods) Kg 23.43 1001(8) Sewer Lines Works L.s. 1.00 1001(9) Storm Drainage And Downspout L.s. 1.00 1002(4) Plumbing Fixtures L.s. 1.00 1002(24) Cold Water Lines L.s. 1.00 1001(6) Catch Basin L.s. 1.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings(conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php Part E Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part E) Carried To Summary Php
Closing Date27 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Bureau Of Fisheries And Aquatic Resources Region Vii Tender
Machinery and Tools...+1Scraps
Philippines
Details: Description Free On-site Delivery....................... 1. 45 Pcs. Styrofoam (cylindrical Barrel/drum Type 200 Lit. Cap) 2. 30 Rolls P.e. Rope 16mm 3. 30 Rolls P.e. Rope 5mm 4. 150 Klg. Monofilament Nylon 200lbs/1.4mm 5. 180 Pcs. Tire Ring 6. 60 Pcs. Fabricated Stainless Swivel (medium) Terms & Conditions: 1.) Supplier/bidders Shall Provide Correct And Accurate And Right Legible Information Required In This Form; 2.) Price Quotation/s Must Be Valid For A Period Of Three (3) Calendar Days From The Deadline Of Submission. 3.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/ Or Levies Payable. 4.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5.) In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bfar-7 Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6.) Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7.) The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Stated Herein; 8.) The Bfar-7 Shall Have The Right To Inspect And/or Test (upon Request Letter C/o Supplier) The Goods To Confirm Their Conformity To The Technical Specifications. 9.) Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor's Account. 10.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bfar-7 May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11.) Submit Three (3) Copies Of Rfq With Printed "terms And Conditions" At The Back.
Closing Date28 Jan 2025
Tender AmountPHP 388.5 K (USD 6.6 K)
BUREAU OF RECLAMATION USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: This Is A Sources Sought Announcement For Acquisition Planning Purposes And No Formal Solicitation For This Requirement Exists At This Time. All Businesses, Regardless Of Size; Capable Of Providing These Items Are Invited To Respond To This Announcement And Submit A Capability Statement For Consideration. Capability Statements Received Will Be Reviewed To Determine A Firm's Previous Experience Performing Similar Work. The Capability Statements Will Be Reviewed And Used To Determine An Appropriate Procurement Strategy, In Particular Whether A Set-aside Is Warranted Or An Alternate Procurement Strategy. The Government Does Not Intend To Award A Contract Based On This Notice Or Otherwise Pay For Information Solicited.proposed Project:the Bureau Of Reclamation, Hoover Dam Is Located At Us Hwy 93 Boulder City, Nv 89006 And Coordinates 36.016045 And -114.737839.the Contractor Must Provide 4 Flashing Strobes, Solar Powered; And 4 Fast River Buoys.the Applicable North American Industry Classification System (naics) Code 332313 Floating Covers, Fabricated Metal Plate Work, Manufacturing. Product/service Code Is S216, Housekeeping-facility Ops Support With A Size Standard Of 900 Employees.interested Firms Must Submit The Following Information:1. Name And Address Of Firm2. Phone Number3. Email Address4. Unique Entity Id Number (formerly The Duns Number)5. Size Status/sba Certifications (small Business, Women Owned Small Business, Hubzone, Service-disabled Veteran Owned Small Business, Indian Small Business Economic Enterprise, Other)6. Capability Statement (not To Exceed 5 Pages). A Brief Summary Of Capabilities To Include Demonstration Of The Company's Capability To Perform The Work. Previous Procurements Performed Of Similar Size And Complexity To Include References With Point Of Contact Information. Customary Lead Times For These Types Of Items. Any Known Or Foreseeable Issues With Manufacturing These Types Of Items.7. Estimated Delivery Date After Receipt Of Order.all Responses Must Be Submitted Via Email No Later Than 12:00 Pm Pacific Time February 11, 2025. Email Address: Nmaye@usbr.gov. Include The Reference Number (doirfbo250008) In The Subject Line.when It Is Determined That A Formal Solicitation Will Be Issued, The Pre-solicitation Notice Will Be Posted On Contract Opportunities At Sam.gov Web Site At Http://sam.gov/.
Closing Date12 Feb 2025
Tender AmountRefer Documents
Province Of Quirino Tender
Furnitures and Fixtures
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item No. Qty Unit Items & Description 1 1 Unit Modular Cabinet 2 4 Pcs Aluminum Matting 3 2 Pcs Chairs (single With Italian Leather) 4 1 Pcs Chairs (2-3 Person With Italian Leather) 5 2 Set Blinker And Siren (green Only) 6 1 Pcs Hand Rail 7 1 Set Curtain Rod 8 1 Set Curtain 9 2 Set Stickers (customized) 10 2 Unit Oxygen Stand (fabricated) 11 2 Set Ac/dc Plug-ins 12 1 Lot Labor: Electrical Repair For Blinkers And Ac/dc Plug-ins 13 1 Lot Labor: Curtain Rod, Hand Rail And Chairs Installation Note: Modification Of Pdrrmo Vehicles General Instruction To Bidders: 1. The Following Requirements Must Be Submitted A. Philgeps Registration Certtificate B. Mayor/business Permit Issued By City Or Municipality C. Latest Annual Income/business Tax Return (for Abc Above 500k Only) D. Original Copy Of Duly Notarized Oss For Winning Bidder 2. Bidder Are Required To Read The Instructions And Fill The Blanks In Typewritten Form Or Written Legibly In Permanent Ink. 3.prospective Bidders/suppliers Are Required To Use This Official Quotation Form In The Accomplishment Of Their Quotations/bid Proposal. 4. Any Specifications Other Than Those Required/stated In This Form Shall Not Be Considered In The Evaluation Of The Quotation/bid Award. 5. Quotations Must Include All Kinds Of Taxes For The Item/s Listed Hereunder, Including Delivery Charges. 6. Only Sealed Quotations Shall Be Accepted. 7. The Bidder Is Required To Affix His Signature Across The Flap Of The Sealed Envelope. 8. The Bidder Shall Reflect On The Envelope The Solicitation No. And The Pr No. 9. Awarding Shall Be Done By Lot. 10. All Interested Bidder/supplier Are Advised To Visit Provincial General Services Office For Accreditation. 11. Any Inter Lineations, Erasures Or Everwritting Shall Be Ground For Disqualification. 12. The Best Offer/s Submitted By The Prospective Bidders Shall Still Be Subjected To A Detailed Evaluation And Post Qualification. 13. All Minimum Technical Specs Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified.
Closing Date25 Feb 2025
Tender AmountPHP 175.3 K (USD 3 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.11|wr3dd|717-605-7574|ashton.k.perry.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|x||x||||||
time Of Delivery (june 1997)|20|clin 0001|twelve (12)|770 Days||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|certifications - Stand-alone Receiving Report; Material - Receiving Report & Invoice Combo|material - Inspect & Accept At Source|tbd|n00104|tbd|material-s4306a ; Certifications- N39040|n50286|tbd|133.2|n/a|n/a|
certifications - N39040|n/a|n/a|see Dd1423.|port_ptnh_wawf_notification@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
progress Payments (nov 2021)|4|||||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|336612|1,000 (# Of Employees)||||||||||||
cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
type Of Contract (apr 1984)|1|firm-fixed Price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1||
1. The Purpose Of This Amendment Is To Remove The Following Clauses From The Solicitation:
52.225-5, Trade Agreements
52.225-6, Trade Agreements Certificate
2. All Other Terms And Conditions Remain Unchanged And In Full Effect.
\
1. This Is An Advanced Equipment Repair Program (aerp) Requirement.
2. Dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
3. Certifications Shall Be Submitted In Wawf At Least 20 Days Prior To Therequired Delivery Date To Allow Time For Portsmouth Nsy Review.
4. The Following Proposed Delivery Schedule Applies:
weld Procedures And Qualification Data 120 Days After Contract Award Prior To
performing Any Welding. Review (approval/disapproval) Must Be Accomplished Within 60 Days From Date Of Receipt
radiographic Shooting Sketches (rss) 45 Days After Contract Award Prior Toperforming Radiography. Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt.
production Radiography (pr) 135 Days After Approval Of Radiographic Shootingsketches. Review (approval/disapproval) Must Be Accomplished Within 30 Days From Date Of Receipt.
5. All Contractual Documents (i.e. Contracts, Purchase Orders, Delivery Orders,task Orders, And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
Or Sent By Other Electronic Commercemethods Such As Email. The Government's Acceptance Of The Contractor's Proposalconstitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
6.the Resultant Award Of This Solicitation Will Be Issued Bilaterally,requiring The Contractor's Written Acceptance Prior To Execution.
7. If Requirement Will Be Packaged At A Location Different From The Offeror;saddress, The Offeror Shall Provide The Name, Address, And Cage Of Thefacility.
8. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certifiedfor National Defense Under The Defense Priorities And Allocations System(dpas). Provision 52.211-13, Notice Of Priority Rating For National Defense,emergency Preparedness, And Energy
program Use, Shall Be Inserted Insolicitations When The Contract To Be Awarded Shall Be A Rated Order.
9. Offerors Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfp N0010425rzb38, Because The Rfpn0010425rzb38 Includes An Annex Classified At The Confidential Level Which Willbe Released Only To Offerors Possessing The
Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating Manual (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod5220.22-r)
\
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 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254).
The Classified Documents And Security Level Are: ;6984058 - Confidential;
2.3 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.3.1 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.
2.3.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.3.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=erh692-1805a10 |96169| B| |d|0001 | B|49998|0058869
drawing Data=erh692-1805a10 |96169| B| |d|0001.1 | B|49998|0055255
drawing Data=erh692-1805a10 |96169| B| |d|0001.2 | B|49998|0033791
drawing Data=erh692-1805a10 |96169| B| |d|0002 | B|49998|0069436
drawing Data=erh692-1805a10 |96169| B| |d|0003 | B|49998|0089424
drawing Data=erh692-1805a10 |96169| B| |d|0004 | B|49998|0060019
drawing Data=erh692-1805a10 |96169| B| |d|0005 | B|49998|0065743
drawing Data=erh692-1805a10 |96169| B| |d|0006 | B|49998|0062436
drawing Data=erh692-1805a10 |96169| B| |d|0007 | B|49998|0065697
drawing Data=erh692-1805a10 |96169| B| |d|0008 | B|49998|0064144
drawing Data=erh692-1805a10 |96169| B| |d|0009 | B|49998|0064780
drawing Data=erh692-1805a10 |96169| B| |d|0010 | B|49998|0066997
drawing Data=erh692-1805a10 |96169| B| |d|0011 | B|49998|0054689
drawing Data=erh692-1805a10 |96169| B| |d|0012 | B|49998|0050491
drawing Data=erh692-1805a10 |96169| B| |d|0013 | B|49998|0040719
drawing Data=erh692-1805a10 |96169| B| |d|0014 | B|49998|0258455
drawing Data=erh692-1805a10 |96169| B| |d|0015 | B|49998|0268176
drawing Data=erh692-1805a10 |96169| B| |d|0016 | B|49998|0291139
drawing Data=erh692-1805a10 |96169| B| |d|0017 | B|49998|0483371
drawing Data=erh692-1805a10 |96169| B| |d|0018 | B|49998|0196426
drawing Data=erh692-1805a10 |96169| B| |d|0019 | B|49998|0107977
drawing Data=erh692-1805a10 |96169| B| |d|0020 | B|49998|0109066
drawing Data=erh692-1805a10 |96169| B| |d|0021 | B|49998|0153771
drawing Data=erh692-1805a10 |96169| B| |d|0022 | B|49998|0149700
drawing Data=erh692-1805a10 |96169| B| |d|0023 | B|49998|0125724
drawing Data=erh692-1805a10 |96169| B| |d|0024 | B|49998|0137127
drawing Data=erh692-1805a10 |96169| B| |d|0025 | B|49998|0163750
drawing Data=erh692-1805a10 |96169| B| |d|0026 | B|49998|0249017
drawing Data=erh692-1805a10 |96169| B| |d|0027 | B|49998|0163495
drawing Data=erh692-1805a14 |96169| A| |d|0001 | A|49998|0053363
drawing Data=erh692-1805a14 |96169| A| |d|0001.1 | A|49998|0048132
drawing Data=erh692-1805a14 |96169| A| |d|0001.2 | A|49998|0012616
drawing Data=erh692-1805a14 |96169| A| |d|0002 | A|49998|0078717
drawing Data=erh692-1805a14 |96169| A| |d|0003 | A|49998|0061819
drawing Data=erh692-1805a14 |96169| A| |d|0004 | A|49998|0061022
drawing Data=erh692-1805a14 |96169| A| |d|0005 | A|49998|0039463
drawing Data=erh692-1805a14 |96169| A| |d|0006 | A|49998|0180622
drawing Data=erh692-1805a14 |96169| A| |d|0007 | A|49998|0164848
drawing Data=erh692-1805a14 |96169| A| |d|0008 | A|49998|0193363
drawing Data=erh692-1805a16 |96169| A| |d|0001 | A|49998|0056815
drawing Data=erh692-1805a16 |96169| A| |d|0001.1 | A|49998|0016081
drawing Data=erh692-1805a16 |96169| A| |d|0002 | A|49998|0076230
drawing Data=erh692-1805a16 |96169| A| |d|0003 | A|49998|0257234
drawing Data=erh692-1805a2 |96169| A| |d|0001 | A|49998|0064579
drawing Data=erh692-1805a2 |96169| A| |d|0002 | A|49998|0045127
drawing Data=erh692-1805a2 |96169| A| |d|0003 | A|49998|0064187
drawing Data=erh692-1805a2 |96169| A| |d|0004 | A|49998|0209005
drawing Data=erh692-1805a20 |96169| A| |d|0001 | A|49998|0055592
drawing Data=erh692-1805a20 |96169| A| |d|0001.1 | A|49998|0039945
drawing Data=erh692-1805a20 |96169| A| |d|0002 | A|49998|0083858
drawing Data=erh692-1805a20 |96169| A| |d|0003 | A|49998|0065519
drawing Data=erh692-1805a20 |96169| A| |d|0004 | A|49998|0075278
drawing Data=erh692-1805a20 |96169| A| |d|0005 | A|49998|0205744
drawing Data=erh692-1805a20 |96169| A| |d|0006 | A|49998|0134871
drawing Data=erh692-1805a20 |96169| A| |d|0007 | A|49998|0280400
drawing Data=erh692-1805a22 |96169| A| |d|0001 | A|49998|0053056
drawing Data=erh692-1805a22 |96169| A| |d|0001.1 | A|49998|0040743
drawing Data=erh692-1805a22 |96169| A| |d|0002 | A|49998|0086329
drawing Data=erh692-1805a22 |96169| A| |d|0003 | A|49998|0155222
drawing Data=erh692-1805a22 |96169| A| |d|0004 | A|49998|0173328
drawing Data=erh692-1805a23 |96169| B| |d|0001 | B|49998|0054707
drawing Data=erh692-1805a23 |96169| B| |d|0002 | B|49998|0059708
drawing Data=erh692-1805a23 |96169| B| |d|0003 | B|49998|0015391
drawing Data=erh692-1805a23 |96169| B| |d|0004 | B|49998|0033167
drawing Data=erh692-1805a23 |96169| B| |d|0005 | B|49998|0029130
drawing Data=erh692-1805a24 |96169| B| |d|0001 | B|49998|0052935
drawing Data=erh692-1805a24 |96169| B| |d|0001.1 | B|49998|0021175
drawing Data=erh692-1805a24 |96169| B| |d|0001.2 | B|49998|0046182
drawing Data=erh692-1805a24 |96169| B| |d|0001.3 | B|49998|0022405
drawing Data=erh692-1805a24 |96169| B| |d|0002 | B|49998|0088930
drawing Data=erh692-1805a24 |96169| B| |d|0003 | B|49998|0170585
drawing Data=erh692-1805a27 |96169| B| |d|0001 | B|49998|0058457
drawing Data=erh692-1805a27 |96169| B| |d|0001.1 | B|49998|0050626
drawing Data=erh692-1805a27 |96169| B| |d|0001.2 | B|49998|0045875
drawing Data=erh692-1805a27 |96169| B| |d|0001.3 | B|49998|0067842
drawing Data=erh692-1805a27 |96169| B| |d|0001.4 | B|49998|0040835
drawing Data=erh692-1805a27 |96169| B| |d|0002 | B|49998|0088669
drawing Data=erh692-1805a27 |96169| B| |d|0003 | B|49998|0097284
drawing Data=erh692-1805a27 |96169| B| |d|0004 | B|49998|0170590
drawing Data=erh692-1805a28 |96169| A| |d|0001 | A|49998|0043965
drawing Data=erh692-1805a29 |96169| B| |d|0001 | B|49998|0066769
drawing Data=erh692-1805a29 |96169| B| |d|0001.1 | B|49998|0037115
drawing Data=erh692-1805a29 |96169| B| |d|0001.2 | B|49998|0046131
drawing Data=erh692-1805a29 |96169| B| |d|0002 | B|49998|0092560
drawing Data=erh692-1805a29 |96169| B| |d|0003 | B|49998|0148173
drawing Data=erh692-1805a29 |96169| B| |d|0004 | B|49998|0237977
drawing Data=erh692-1805a5 |96169| A| |d|0001 | A|49998|0054329
drawing Data=erh692-1805a5 |96169| A| |d|0001.1 | A|49998|0041525
drawing Data=erh692-1805a5 |96169| A| |d|0001.2 | A|49998|0028816
drawing Data=erh692-1805a5 |96169| A| |d|0002 | A|49998|0088317
drawing Data=erh692-1805a5 |96169| A| |d|0003 | A|49998|0051068
drawing Data=erh692-1805a5 |96169| A| |d|0004 | A|49998|0081532
drawing Data=erh692-1805a5 |96169| A| |d|0005 | A|49998|0073394
drawing Data=erh692-1805a5 |96169| A| |d|0006 | A|49998|0079885
drawing Data=erh692-1805a5 |96169| A| |d|0007 | A|49998|0055120
drawing Data=erh692-1805a5 |96169| A| |d|0008 | A|49998|0060177
drawing Data=erh692-1805a5 |96169| A| |d|0009 | A|49998|0056586
drawing Data=erh692-1805a5 |96169| A| |d|0010 | A|49998|0072207
drawing Data=erh692-1805a5 |96169| A| |d|0011 | A|49998|0050781
drawing Data=erh692-1805a5 |96169| A| |d|0012 | A|49998|0054895
drawing Data=erh692-1805a5 |96169| A| |d|0013 | A|49998|0053120
drawing Data=erh692-1805a5 |96169| A| |d|0014 | A|49998|0055598
drawing Data=erh692-1805a5 |96169| A| |d|0015 | A|49998|0037341
drawing Data=erh692-1805a5 |96169| A| |d|0016 | A|49998|0041355
drawing Data=erh692-1805a5 |96169| A| |d|0017 | A|49998|0014793
drawing Data=erh692-1805a5 |96169| A| |d|0018 | A|49998|0208431
drawing Data=erh692-1805a5 |96169| A| |d|0019 | A|49998|0230578
drawing Data=erh692-1805a5 |96169| A| |d|0020 | A|49998|0227752
drawing Data=erh692-1805a5 |96169| A| |d|0021 | A|49998|0156401
drawing Data=erh692-1805a5 |96169| A| |d|0022 | A|49998|0086544
drawing Data=erh692-1805a6 |96169| A| |d|0001 | A|49998|0052356
drawing Data=erh692-1805a6 |96169| A| |d|0001.1 | A|49998|0029696
drawing Data=erh692-1805a6 |96169| A| |d|0002 | A|49998|0061577
drawing Data=erh692-1805a6 |96169| A| |d|0003 | A|49998|0213053
drawing Data=erh692-1805a6 |96169| A| |d|0004 | A|49998|0159937
drawing Data=erh692-1805a6 |96169| A| |d|0005 | A|49998|0081174
drawing Data=erh692-1805a8 |96169| A| |d|0001 | A|49998|0045984
drawing Data=erh692-1805a8 |96169| A| |d|0001.1 | A|49998|0029643
drawing Data=erh692-1805a8 |96169| A| |d|0002 | A|49998|0062370
drawing Data=erh692-1805a8 |96169| A| |d|0003 | A|49998|0057451
drawing Data=erh692-1805a8 |96169| A| |d|0004 | A|49998|0058330
drawing Data=erh692-1805a8 |96169| A| |d|0005 | A|49998|0071878
drawing Data=erh692-1805a8 |96169| A| |d|0006 | A|49998|0069393
drawing Data=erh692-1805a8 |96169| A| |d|0007 | A|49998|0234907
drawing Data=erh692-1805a8 |96169| A| |d|0008 | A|49998|0252467
drawing Data=erh692-1805a8 |96169| A| |d|0009 | A|49998|0166340
drawing Data=erh692-1805a9 |96169| A| |d|0001 | A|49998|0061879
drawing Data=erh692-1805a9 |96169| A| |d|0001.1 | A|49998|0046983
drawing Data=erh692-1805a9 |96169| A| |d|0001.2 | A|49998|0032606
drawing Data=erh692-1805a9 |96169| A| |d|0002 | A|49998|0065986
drawing Data=erh692-1805a9 |96169| A| |d|0003 | A|49998|0088361
drawing Data=erh692-1805a9 |96169| A| |d|0004 | A|49998|0045642
drawing Data=erh692-1805a9 |96169| A| |d|0005 | A|49998|0060379
drawing Data=erh692-1805a9 |96169| A| |d|0006 | A|49998|0060325
drawing Data=erh692-1805a9 |96169| A| |d|0007 | A|49998|0054999
drawing Data=erh692-1805a9 |96169| A| |d|0008 | A|49998|0066982
drawing Data=erh692-1805a9 |96169| A| |d|0009 | A|49998|0061293
drawing Data=erh692-1805a9 |96169| A| |d|0010 | A|49998|0249722
drawing Data=erh692-1805a9 |96169| A| |d|0011 | A|49998|0185935
drawing Data=h692-1805a1 |53711| A|er |d|0001 | A|49998|0124800
drawing Data=h692-1805a108 |53711| A|er |d|0001 | A|49998|1749473
drawing Data=h692-1805a112 |53711| A|er |d|0001 | A|49998|1735163
drawing Data=h692-1805a117 |53711| A|er |d|0001 | A|49998|0336981
drawing Data=h692-1805a36 |53711| A|er |d|0001 | A|49998|3525344
drawing Data=h692-1805a39 |53711| A|er |d|0001 | A|49998|2322180
drawing Data=h692-1805a42 |53711| A|er |d|0001 | A|49998|2129693
drawing Data=h692-1805a45 |53711| A|er |d|0001 | A|49998|1044520
drawing Data=h692-1805a47 |53711| A|er |d|0001 | A|49998|0942219
drawing Data=h692-1805a48 |53711| A|er |d|0001 | A|49998|1147467
drawing Data=h692-1805a49 |53711| A|er |d|0001 | A|49998|0874778
drawing Data=h692-1805a50 |53711| A|er |d|0001 | A|49998|2444022
drawing Data=h692-1805a54 |53711| A|er |d|0001 | A|49998|2038034
drawing Data=h692-1805a60 |53711| E|er |d|0001 | E|49998|2662465
drawing Data=h692-1805a64 |53711| D|er |d|0001 | D|49998|0045314
drawing Data=h692-1805a64 |53711| D|er |d|0002 | D|49998|0046811
drawing Data=h692-1805a64 |53711| D|er |d|0003 | D|49998|0020837
drawing Data=h692-1805a64 |53711| D|er |d|0004 | D|49998|0009860
drawing Data=h692-1805a64 |53711| D|er |d|0005 | D|49998|0014534
drawing Data=h692-1805a64 |53711| D|er |d|0006 | D|49998|0047048
drawing Data=h692-1805a64 |53711| D|er |d|0007 | D|49998|0032696
drawing Data=h692-1805a64 |53711| D|er |d|0008 | D|49998|0035483
drawing Data=h692-1805a64 |53711| D|er |d|0009 | D|49998|0046901
drawing Data=h692-1805a64 |53711| D|er |d|0010 | D|49998|0012022
drawing Data=h692-1805a64 |53711| D|er |d|0011 | D|49998|0033286
drawing Data=h692-1805a64 |53711| D|er |d|0012 | D|49998|0030524
drawing Data=h692-1805a64 |53711| D|er |d|0013 | D|49998|0029695
drawing Data=h692-1805a64 |53711| D|er |d|0014 | D|49998|0031647
drawing Data=h692-1805a64 |53711| D|er |d|0015 | D|49998|0031818
drawing Data=h692-1805a64 |53711| D|er |d|0016 | D|49998|0036726
drawing Data=h692-1805a64 |53711| D|er |d|0017 | D|49998|0021180
drawing Data=h692-1805a73 |53711| A|er |d|0001 | A|49998|5362927
drawing Data=h692-1805a85 |53711| B|er |d|0001 | B|49998|1554163
drawing Data=h692-1805a87 |53711| A|er |d|0001 | A|49998|0271668
drawing Data=h692-1805a88 |53711| A|er |d|0001 | A|49998|0319661
drawing Data=h692-1805a89 |53711| B|er |d|0001 | B|49998|0495358
drawing Data=h692-1805a9 |53711| A|er |d|0001 | A|49998|3105459
drawing Data=h692-1805a90 |53711| B|er |d|0001 | B|49998|1820669
drawing Data=h692-1805a91 |53711| A|er |d|0001 | A|49998|1745170
drawing Data=h692-1805a92 |53711| A|er |d|0001 | A|49998|2236282
drawing Data=h692-1805a95 |53711| A|er |d|0001 | A|49998|2575036
drawing Data=2625-010x08 |96169| A| |d|0001 | A|49998|0825199
drawing Data=5959311c5 |53711| A|er |d|0001 | A|49998|0687003
drawing Data=6984058 |53711| A| |d|0001 | A|00026|0000000
drawing Data=7067878 |53711| A| |d|0000.a | A|49998|0055935
drawing Data=7067878 |53711| A| |d|0001 | A|49998|0087250
drawing Data=7067878 |53711| A| |d|0002 | A|49998|0092836
drawing Data=7067878 |53711| A| |d|0003 | A|49998|0013085
drawing Data=7067878 |53711| A| |d|0004 | A|49998|0016641
drawing Data=7067878 |53711| A| |d|0005 | A|49998|0040694
drawing Data=7067878 |53711| A| |d|0006.1 | A|49998|0082343
drawing Data=7067878 |53711| A| |d|0006.2 | A|49998|0073258
drawing Data=7067878 |53711| A| |d|0006.3 | A|49998|0094913
drawing Data=7067878 |53711| A| |d|0006.4 | A|49998|0022877
drawing Data=7067878 |53711| A| |d|0006.5 | A|49998|0046043
drawing Data=7067878 |53711| A| |d|0007.01 | A|49998|0034852
drawing Data=7067878 |53711| A| |d|0007.02 | A|49998|0063518
drawing Data=7067878 |53711| A| |d|0007.03 | A|49998|0065396
drawing Data=7067878 |53711| A| |d|0007.04 | A|49998|0067087
drawing Data=7067878 |53711| A| |d|0007.05 | A|49998|0066694
drawing Data=7067878 |53711| A| |d|0007.06 | A|49998|0064384
drawing Data=7067878 |53711| A| |d|0007.07 | A|49998|0063971
drawing Data=7067878 |53711| A| |d|0007.08 | A|49998|0075575
drawing Data=7067878 |53711| A| |d|0007.09 | A|49998|0061690
drawing Data=7067878 |53711| A| |d|0007.10 | A|49998|0049467
drawing Data=7067878 |53711| A| |d|0007.11 | A|49998|0038500
drawing Data=7067878 |53711| A| |d|0008.1 | A|49998|0035321
drawing Data=7067878 |53711| A| |d|0008.2 | A|49998|0043555
drawing Data=7067878 |53711| A| |d|0008.3 | A|49998|0014656
drawing Data=7067878 |53711| A| |d|0009 | A|49998|0258332
drawing Data=7067878 |53711| A| |d|0010 | A|49998|0266122
drawing Data=7067878 |53711| A| |d|0011 | A|49998|0292941
drawing Data=7067878 |53711| A| |d|0012 | A|49998|0489518
drawing Data=7067878 |53711| A| |d|0013 | A|49998|0187950
drawing Data=7067878 |53711| A| |d|0014 | A|49998|0112705
drawing Data=7067878 |53711| A| |d|0015 | A|49998|0138164
drawing Data=7067878 |53711| A| |d|0016 | A|49998|0214006
drawing Data=7067878 |53711| A| |d|0017 | A|49998|0169091
drawing Data=7067878 |53711| A| |d|0018 | A|49998|0173572
drawing Data=7067878 |53711| A| |d|0019 | A|49998|0134953
drawing Data=7067878 |53711| A| |d|0020 | A|49998|0173655
drawing Data=7067878 |53711| A| |d|0021 | A|49998|0277216
drawing Data=7067878 |53711| A| |d|0022 | A|49998|0181070
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=qq-n-281 | | |d |851023|a|2 | |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=astm-b369 | | | |200401|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=astm-e1417 | | | |160615|a| | |
document Ref Data=astm-e1444 | | | |160601|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=mil-std-2132 | | |d |080310|f| |01|
document Ref Data=astm-d4066 | | | |130701|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=mil-dtl-15024 | | |g |180303|a| | |
document Ref Data=mil-c-15726 | | |f |911008|a|1 | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=qpl 25027 |0017| | |000207|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=a-a-59004 | | |b |081118|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=aia/nas Nasm 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| | |
3. Requirements
3.1 ;complete Tank Assembly, To Be In Accordance With Navsea Drawing 595-7067878, Assembly A10/a11, And All Engineering Reports Included With This Contract/purchase Order, Except As Amplified Or Modified Herein.;
3.2 ;the Correct Width Of The O-ring Groove Shown In Detail View 21-3d Of Navsea Drawing 7067878 Is .375/.385 Inches.;
3.3 ;wiper Strip, Part 18, Must Be In Accordance With Navsea Drawing 803-5959311 Note 2 K (3) (e) And Engineering Report Er5959311c5.;
3.4 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45;
material - ;astm-b369, Uns C96400;
part - ;rod, Tail, Part 46;
material - ;astm-b150, C63200;
part - ;threadpiece, Union, Part 51;
material - ;mil-c-15726, Alloy C71500, Form Rod,temper 060;
part - ;stud, Parts 47, 53, And 54;
material - ;mil-dtl-1222, Type Iv, Grade 500, Qq-n-286, Annealed And Age Hardened;
part - ;nut, Hex, Self-locking, Parts 48 And 50;
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, Grade 1
3.5 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Non-destructive Tests
item - ;weld Repair (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
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 - Ultrasonic Inspection On Starting Material
item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract;
performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286
acceptance - Qq-n-286
attribute - Annealing And Age Hardening
item - ;stud, Parts 47, 53, And 54;
performance - Qq-n-286
test - ;liquid Penetrant Inspection;
item - ;stud, Parts 47, 53, And 54;
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, Hex, Self-locking, Parts 48 And 50;
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 - Weldability Test Of Astm-b369 Material
item - ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45;
performance - Astm-b369
acceptance - Astm-b369
test - Pressure Tests
item - Each Assembly
performance - ;general Notes 7012 & 7013 Of Drawing 7067878;
acceptance - ;general Notes 7012 & 7013 Of Drawing 7067878;
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
3.6 Radiography Is Required On ;body, Tank, Part 43; Flange, Tank, Part 44; Flange, Tank, Part 45; Joint J0003; And Joint J0004. Radiography Is Required For Weldments And Must Be Identified To The Weld Joint; .
3.7 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.8 Confidential Hydrostatic Test Pressures - When Test Pressures Are Confidential, Certification Must Reference ;6984058 Rev A; And The Item Number To Which The Item Was Tested In Lieu Of The Actual Pressures. Any Drawing Requirement To Mark The Working
pressure On The Item Does Not Apply And Is Strictly Prohibited.
3.9 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.
3.10 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286.
3.10.1 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.
3.10.2 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.
3.11 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.)
3.11.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222.
3.11.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order.
3.12 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222.
3.12.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of
the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows:
a. Proper Product Lot Control And Traceability Must Be In Place.
b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar.
c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar.
e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be
performed On Studs As Required In Paragraph 4.5.2.7.e.
3.12.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The
"alternate Mechanical Testing" Provision.
3.12.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners
must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To
the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above.
3.13 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.14 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.
3.14.1 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.
3.14.2 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.
3.14.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.15 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/
3.16 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
3.17 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The
fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly.
3.18 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 929997033; ) Must Be Added. When No Plate Is Specified, An Identification
plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached.
3.19 Component Identification - An Aerp Serial Number Will Be Assigned To Each Component And A Nameplate Will Be Provided By Navsup Wss Mech, Code N97121, As Government Furnished Equipment (gfe) Prior To Packaging And Shipment. The Contractor Is Requested To
notify Navsup Wss Mech, Code N97121 When The Manufacturing Process Is Ready For The Nameplate(s), Allowing Sufficient Time For Mailing. Additional Details Are Clarified In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp.
3.20 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not
permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.21 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.
3.21.1 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.
3.21.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.21.3 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.
3.22 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.
3.23 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.
3.24 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.
3.24.1 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 ^
3.25 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.
3.26 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 When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met.
3.26.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.26.2 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.")
3.26.3 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.
3.26.4 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.
3.26.5 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.
3.26.6 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.
3.26.7 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.
3.26.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.26.9 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.
3.26.10 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.
3.26.11 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.
3.26.12 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.
3.27 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The
applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable.
3.27.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For
radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend
only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been
previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal.
3.27.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.)
3.27.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To
shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection.
(a) Film
(b) Rss/rsss
(c) Rs (reader Sheets)
(d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet)
3.28 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.
3.28.1 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.
3.28.2 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.
3.28.3 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.
3.28.4 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.
3.28.5 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.
3.29 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.
3.29.1 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.
3.29.2 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.
3.30 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization
of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being
purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon
receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest
defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.30.1 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.
3.30.2 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.
3.30.3 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.
3.30.4 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.
3.30.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Re
Closing Date11 Feb 2025
Tender AmountRefer Documents
4851-4860 of 5207 archived Tenders