Fabrication Tenders

Fabrication Tenders

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.5 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Construction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco (1st Bid) 1. The Local Government Unit Of Lantapan, Through The 20% Local Fund Cy 2025 Intends To Apply The Three Million Eight Hundred Thirty Thousand Three Hundred Thirty-seven Pesos & 71/100 (php 3,830,337.71) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco Ib # 2024-12-090. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 151 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 (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 Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On January 2, 2025 At 1:00 P.m. At The Municipal Conference Room, Municipal Compound, Poblacion, Lantapan, Bukidnon Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office At Municipal Conference Room, 2nd Floor Of Municipal Building, Municipal Compound, Poblacion, Lantapan, Bukidnon On Or Before 8:45 A.m. (philippine Standard Time) On January 14, 2025. 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 16. 9. Bid Opening Shall Be On January 14, 2025 At 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. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan 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. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 20, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson   Bill Of Quantities Reference No. : Ib # 2024-12-090 Name Of Project: Constuction/improvement Of Multi-purpose Building At Bul-ogan Barangay Songco Location: Songco, Lantapan, Bukidnon Abc: Php 3,830,337.71 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Surplus Common Excavation Cu.m 81.50 2 Structure Excavation, Common Soil Cu.m 48.87 3 Embankment Cu.m 69.14 4 Gravil Fill Cu.m 8.34 5 Reinforcing Steel (deformed, Grade 40) Kg 2,961.28 6 Structural Concrete - Class A, 28 Days Cu.m 56.93 7 Non Loadbearing (including Reinforcement) 100mm Sq.m 179.20 8 Cement Plaster Finish Sq.m 79.68 9 Structural Steel (post, Girder, Stiffener, Trusses And Purlins) Kg 9,722.73 10 Metal Structure Accessories (turn Buckle And Anchor Bolts) Pc 92.00 11 Metal Structure Accessories (cross Bracing) Pc 16.00 12 Metal Structure Accessories (steel Plates) Pc 25.00 13 Metal Structure Accessories (sagrods) Pc 208.00 14 Metal Grating Lump Sum 1.00 15 Pre-painted Metal Sheet (dura Curve Rib Type, Long Span) Sq.m 522.72 16 Fabricated Metal Accessory (box Type Gutter And Facial Molding) Ln.m 48.00 17 Form Works & Scaffoldings Bd.ft 1,500.00 18 Painting Works Sq.m 79.68 Total Total Bid Price In Figure: _____________________________________ Total Bid Price In Words: ______________________________________________ Prepared And Submitted By: ____________________________________________

Municipality Of Caibiran, Biliran Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 256.4 K (USD 4.3 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Vehicle Parts & Accessories For Maintenance Location : Lgu, Caibiran, Biliran Delivery Period : 20 Days Abc : P256,450.00 Source Of Funds : Lce Capital 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description 1 1 Pc Accelerator 2 1 Pc Alternator Assembly 3 4 Pcs Battery 25mf Maintenance Free 4 1 Pc Battery 35mf Maintenance Free 5 2 Pcs Battery N70 Maintenance Free 6 4 Set Battery Terminal (positive/negative) Heavy Duty 7 20 Pcs Bolt For Backhoe 8 1 Pc Clutch Lining For Van 9 1 Pc Fuel Filter Primary Heavy 10 1 Pc Fuel Filter Secondary Heavy 11 1 Pc Fuel Filter For Van 12 1 Pc Fuel Filter 13 1 Pc Fuel Filter F5052 14 1 Pc Fuel Water Separator 15 3 Ltr Gasoline Engine Oil Synthetic 16 1 Ltr Gear Oil 90 Synthetic 17 1 Pc Hand Brake Cable 18 1 Set Handtaps 19 2 Pcs Hydraulic Fabricated Hose 20 3 Pail Hydraulic Oil # 10 21 7 Ltr Oil 40 Fully Synthetic 22 1 Pc Oil Filter 23 1 Pc Release Bearing 24 1 Pc Throttle Cable Backhoe 25 6 Pcs Tire 165/65 R13 Apv 26 2 Pcs Transmission Linkage 27 4 Pcs Wheel Cylinder Rubber Cap Advertisement : January 8, 2025 To January 15, 2025 Bid Evaluation : January 17, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 Until January 16, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 17, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 17, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. 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. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production/delivery Schedule 4. Manpower Requirement 5. After-sales Services/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps005

Municipality Of San Julian, Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 598 K (USD 10.3 K)
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of San Julian Invitation To Bid Construction Of Agricultural Shed House & Watchmen’s Quarter So. Dangugan, Brgy. Libas, Municipality Of San Julian, Province Of Eastern Samar The Local Government Unit Of San Julian, Through The Cy 2025 Edf Municipal Fund, Intends To Apply The Sum Of Five Hundred Ninety-eight Thousand Thirty-two Pesos & 58/100 Centavos Only (php 598,032.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Agricultural Shed House & Watchmen’s Quarter @ So. Danhugan, Brgy. Libas, San Julian, Eastern Samar. (project Reference No. Sj-2025-001-infra). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of San Julian Now Invites Bids For Construction Of Agricultural Shed House & Watchmen’s Quarter @ So. Danhugan, Brgy. Libas, San Julian, Eastern Samar. Completion Of The Works Is Required Within One Hundred (100) 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 (instructions To Bidders). Approved Budget For The Contract (abc) : Php 598,032.58 Project Duration : 100 Calendar Days Bid Security : Php 11,960.65 (bank Guarantee, Cash, Manager’s Check) Php 29,901.63 (surety Bond) Bid Closing Date : February 14, 2025; Time: 10:30am Item Description Qty Unit No. Part Ii Other General Requirements B.5 Project Billboard 1.00 Each B.7(2) Occupational Safety & Health Program 1.00 Ls B.9 Mobilization/demobilization 1.00 Ls Part Iii Civil, Mechanical, Electrical & Sanitary/plumbing Part A Earthworks 800(1) Clearing & Grubbing 8.00 Sq.m. 803(1a) Structure Excavation 5.37 Cu.m. 804(1a) Embankment 3.00 Cu.m. Part B Plain Reinforced Concrete Works 900(1c2) Structural Concrete (footings & Slab On Fill) 1.97 Cu.m. 900(1c4) Structural Concrete (columns) 0.88 Cu.m. 900(1c6) Structural Concrete (beams/girders) 0.54 Cu.m. 902(1ca) Reinforcing Steel (deformed, Grade 40) 256.22 Kg. 903(1) Formworks & Falseworks 1.00 Ls Part C Finishing And Other Civil Works 1003(17) Carpentry & Joinery Works (ceiling & Roof Frame) 1.00 Ls 1013(1) Corrugated Metal Roofing 16.94 Sq.m. 1013(2a1) Fabricated Metal Roofing Accessory (ridge/hip Rolls) 4.19 L.m. 1021(1a) Cement Floor Finish (plain) 8.00 Sq.m. 1027(1) Cement Plaster Finish 46.17 Sq.m. 1046(1a1) 100mm Chb Load Bearing (incldg. Rsb) 23.09 Sq.m. 1051(5) Metal Railings 18.20 L.m. Part D Electrical Works 1101(33) Wires & Wiring Devices 1.00 Ls 1103(1) Lighting Fixtures And Lamps 1.00 Ls 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. Interested Bidders May Obtain Further Information From Lgu-bac Of San Julian, Eastern Samar And Inspect The Bidding Documents At The Address Given Below From January 21, 2024 To February 14, 2024, At The Address Given Below From 8:00am – 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2024 To February 14, 2024, From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos Only (php 1,000.00). A Bidder Who Represents A Company Is Only Allowed To Acquire Bidding Documents Provided That He/she Presents His/her Company/office Id And Special Power Of Attorney Delegating Such Authority To That Person. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally, Or By Any Electronic Means At The Address Given Below. Bids Must Be Duly Received By The Bac Secretariat Through (i.) Manual Submission At The Office Address As Indicated Below, On Or Before February 14, 2024; 10:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 14, 2024; 10:30 Am. At The Given Address Mdrrmo Ofice, G/ Floor Municipal Building, Brgy. 04, Poblacion San Julian And Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Lgu-bac Of San Julian, Eastern Samar 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. 1. For Further Information, Please Refer To: Ms. Baby Evangeline Consultado Head-bac Secretariat Municipality Of San Julian Province Of Eastern Samar Bacsanjulian@gmail.com ________________________ Renato O. Paligutan Municipal Agriculturist / Bac Chairman

BARANGAY CONCEPCION, VALENCIA CITY, BUKIDNON Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 177.4 K (USD 3 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Various Materials Intended Fo The Construction Of Mp Building At Purok 14, Kapihan ( Complete Bid) (project Reference No. 2025-02-003 The Barangay Government Of Concepcion, Of Valencia City, Bukidnon, , Intends To Apply The Sum Of Php 177,481.25 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 177,481.25 Php 500.00 1) 3 Cum. ¾ Gravel Bedding 2) 52 Bags Portland Cement… 3) 3.50 Cum. Screened Sand 4) 6.50 Cum. Clean Gravel (3/4) 5) 21 Lenghts 12mmx6m Def. Bars (g-33) 6) 63 Lenghts 10mm X 6m Def. Bars (g-33) 7) 10 Kgs. #16 G.i Pipe Tie Wire 8) 5 Sheets 4x8x1/4 Thk. Ordinary Plywood 9) 101.81 Bd.ft. Coco Lumber (use Once) … 10) 3 Kgs. Assorted Nails 11) 366 Pcs. 4x8x16 Chb, Non-load Bearing 12) 13 Bags Portland Cement 40 Kgs. 13) 1.50 Cum. Screened Sand 14) 19 Lenghts 10mmx6m Def. Bars (g-33) 15) 2 Kgs. #16 Tie Wire 16) 2 Bags Portland Cement, 40 Kgs. 17) 0.50 Cum. Screened Sand 18) 69 I.m. 0.40mm Thk. Rib-type Pre-fabricated Pre-painted Roofing 19) 520 Pcs. Tekscrew 20) 1 Liters Vulcaseal 21) 4 Sheets 16 X 0.40mm Thk. Pre-painted Pre-fab. Ridge Roll 22) 5 Lenghts 2x3x2mm Thk. Rect. Tube 23) 6 Lenghts 2x3x3mm Thk. Rect. Tube 24) 3 Lenghts 2x3x1.2mm Thk. Rect.tube 25) 21 Lenghts 2x3x1.5mm Thk. C-purlins 26) 13 Lenghts 1x1x 1/2 Angle Bar 27) 10 Lenghts 1x3mm Flat Bar 28) 7 Sheets ¼ Thk. Fiber Cement Board 29) 10 Pcs. 10mm X 100mm X500mm Steel Plate 30) 6 Pcs. 10mm X 0.16m X .20m Base Plate Welding Rod 31) 18.86 Pcs. Welding Rod 32) 24 Pcs. 12mm Dia X 250mm Anchor Bolt With Nut 33) 1 Gal. Red Oxide Primer 34) 21 Boxes Blind Rivets 35) 1 Pc. Cutting Disc. (4x3/64x5/8 For Metal) 36) 1 Pc. Utility Paint Brush 4” Yellow Natural Bristles 37) 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

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 263.6 K (USD 4.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Negros Oriental 1st District Engineering Office Tinaogan, Bindoy, Negros Oriental Name Of Procuring Entity : Request For Quotation (pr No.) : 25gsj002 Revised On : Date : 02/04/2025 Standard Form/title : Request For Quotation Office/end-user :dpwh-nofdeo Company Name : Address : Tel.no./fax No. : Tin: Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m. February 13, 2025. In The Return Envelope Attached Herewith, To The Procurement Unit, Dpwh, Nofdeo, Bindoy, Negros Oriental. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within (_15 Days_) Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three(3) Months For Supplies & Materials; One(1) Year For Equipment; Three(3) Years For It Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty(60) Calendar Days. 5. G-eps Registration Certificate/mayor's Permit/dti/tax Clearance Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product (if Applicable). 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For The Procurement Is Php263,630.00 9.omnibus Sworn Statement (oss) Jessie C. Paquibo Bac Chairman Item No. Items & Description Qty Unit Unit Price Total Price Spare Parts Backhoe Loader (lx-26) 1 Set 1 Oil Packing Seal (small) 1 Set 2 Oil Packing Seal (big) 3 Set 3 Fabricated Packing Seal Mitsubishi Canter (scn-747) 1 Pc. 4 Cross Joint Coupling 6 Pc. 5 Transmission Linkage 1 Pc. 6 Fan Belt 1 Pc 7 Oil Filter 1 Pc 8 Fuel Filter Vibratory Roller (218-429) 1 Pc. 9 Oil Filter Mitsubishi Strada (0701-1089277/070403) 1 Pc. 10 Turbo Hose Mitsubishi Strada (caw-1612) 1 Set 11 Brake Shoe 1 Set 12 Brake Pad Toyota Hilux (0701-1239649/070101) 1 Set 13 Brake Pad Hino Dumptruck (0401-576698/040101) 1 Pc. 14 Air Filter 2 Pc. 15 Fuel Filter 1 Pc. 16 Oil Filter Hino Bus (074110) 1 Pc. 17 Magnetic Horn 1 Set 18 Brake Lining (front) 1 Set 19 Brake Lining (rear) 1 Pc. 20 Fan Belt 2 Pcs. 21 Oil Seal (outer) 2 Pcs. 22 Oil Seal (inner) Ford Ranger Fai-7983 1 Set 23 Brake Lining Kit 1 Pc. 24 Oil Filter 1 Pc. 25 Blade Wiper (long) 1 Pc. 26 Blade Wiper (short) 1 Set 27 Brake Shoe Toyota Hilux (ska-471) 1 Pc. 28 Fuel Filter 1 Assy 29 Hydrovac 1 Assy 30 Clutch Lining 1 Pc. 31 Brake Master 1 Assy 32 Aircon Compressor Suzuki Multicab (mbp-295) 1 Assy 33 Carburator 1 Pc. 34 Suspension Bushing 1 Pc. 35 Brake Hose Nissan Urvan (070103) 1 Set 36 Brake Pad Mits. Strada (ylr-167) 1 Pc. 37 Oil Filter Pay Loader (l2-1239) 1 Pc. 38 Oil Filter 1 Pc. 39 Fuel Filter Mits. L300 0701-1065126 1 Pc. 40 Oil Filter 1 Pc. 41 Fuel Filter 1 Pc. 42 Idler Arm Assy 1 Pc. 43 Center Post Nissan Pathfinder (shc-771) 1 Pc. 44 Oil Filter 1 Assy 45 Clutch Master Assy. Suzuki Multicab (shc-779) 1 Assy 46 Starter Assy. Isuzu Cargo Truck (sdy-845) 6 Pcs. 47 Oil Ring Seal 6 Pcs. 48 Oil Seal Generator (250 Kva) 1 Pc. 49 Oil Filter 2 Pc. 50 Fuel Filter Mits. Strada Tp-070410 2 Pcs. 51 Front Shock Absorber 2 Pcs. 52 Rear Shock Absorber 2 Sets 53 Caliper Kit 2 Pcs. 54 Caliper Piston 1 Pc. 55 Bolt With Nut 4 Pcs. 56 Upper Suspension Bushing X - X - X - X - X - X - X Purpose: Supply And Delivery Of Various Spare Parts For Use In The Repair And Maintenance Of Various Vehicles Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address

Province Of Sarangani Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
Details: Description Improvement Of Upper Suyan Multi-purpose Building, Malapatan Brgy. Upper Suyan, Malapatan, Sarangani Province (contract No. Infra- 2025-48) February 12, 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 Upper Suyan Multi-purpose Building, Malapatan With Contract No. Infra-2025-48 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 Fifty Six Calendar Days (56cd). 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 February 11, 2025 – March 4, 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 18, 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 March 4, 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 March 4, 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-2025-48 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-2025-48 Contract Name: Improvement Of Upper Suyan Multi-purpose Building, Malapatan Location: Brgy. Upper Suyan, Malapatan, Sarangani Province Bill Of Quantities Calendar Days: 56cd 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 801(1) Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation 21.27 Cu.m In Words: In Figures: Php In Figures: Php 804(4) Gravel Fill 5.73 Cu.m In Words: In Figures: Php In Figures: Php 804(1)b Embankment (from Borrow) 49.17 Cu.m In Words: In Figures: Php In Figures: Php 900(8) Structural Concrete 11.26 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 530.00 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 1013(2)a2 Fabricated Metal Roofing Accessory (flashing) 18.24 Ln.m In Words: In Figures: Php In Figures: Php 1014(1)b1 Prepainted Metal Sheets 126.77 Sq.m In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 58.68 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 21.44 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) 73.06 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 Spl-1 Basketball Goal 2.00 Set/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:

City Of Koronadal Water District Tender

Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Contact Information|4|n792.13|t2x|n/a|brian.t.kent.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336413|1250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a || the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. this Rfq Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 . The Contractor Shall Include On The Detailed Process/operation Sheets Developed, (1) All In House Manufacturing Processes And (2) The Identity Of All Manufacturing Sources Performing Processes/operations Outside Their Facility. These Sheets Shall Not Be revised Or Altered After The Successful Completion Of First Article Or Production Lot Testing Without Approval From The Basic Design Engineering Activity, Via The Pco. 1.4 . Unless Otherwise Specified, For Fabricated Parts, The Inspection method Sheets/ Final Inspection Sheets Shall List The Characteristics of Each Item Produced Under The Contract. the Manufacturer Shall Be Required To Provide Certifications Of All Raw material Including Castings And Forgings. The Material Source Shall Be identified And The Documentation Shall Be Able To Identify The Customer and/or Contract Number. The Manufacturer Shall Maintain All Raw Material documentation For A Minimum Of Ten (10) Years. the Contractor Is Responsible For Providing Completed Inspection Method Sheets/final Inspection Sheets Showing The Actual Dimensions Taken For all Characteristics,in Addition, Critical Characteristics Shall Be annotated. 1.5 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.6 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.7 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;619447; Drawing Number ( ;80020; ) ;m; , Revision ;nawc Lakehurst; And All Details And Specifications Referenced Therein. 1.8 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.9 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=619447 |80020| M| |c| | | | 3. Requirements unique Requirements: a. All Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Techincal Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. b. This Overhaul/repair Tdr Is Requiring The Submission Of Data Covering All Parts Components And Assemblies,including Material Certifications, Non-destructive Inspection Process Data, Welding Procedures/qualifications(as Applicable), Etc. Submission Of Certain data May Be Rendered Inapplicable, Contingent Upon Items Being Either Overhauled Or Replaced, Based On Its Conditition And Per The Guidelines Of Approved Overhaul/repair Procedures. 4. Quality Assurance 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;n/a; ) Heat Treat ( ;n/a; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;n/a; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;n/a; ) Forging(s) ( ;n/a; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Tolerances; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;m; , Revision ;applies; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;applies; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;619447-2; ; , Revision ;m; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;peter Schoerner Nawc Qa At Fax (732) 323-1381.; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Nawc Qa Fax (732) 323-1381.; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 4.12 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;all Actual Dimensions Of Any Major Or Critical Characteristics Shall Be Recorded. The Ambeint Temperature Shall Be Recorded At Time Measurements Are Taken. Certifications To Be On File For A Minimum Of Seven Years After Delivery; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.13 Special Inspection Requirements ( ;n/a; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;applies; ) High Shock Test ( ;applies; ) Mechanical Vibration Test quality Assurance Requirements 1. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified,the Report And Its Acceptance Shall Be Per The provisions Of The Applicable Contract Data Requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Quality Assurance Representative (qar) Evaluation Per The Contract Schedule. The Evaluation Shallbe Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To arrange For Nawc Participation In Accordancewith The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certificationstest Reports, In-process Inspection Documents Needed To Substantiateproduct Quality; This Same Documentation Shall Also Be Included In The Firstarticle Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Quality Assurance Representative (qar) Within His/her Quality Assurance System Not Previously Identified during Prior Evaluations And/or Surveys; Any Problems Identified During The Conduct Of The Test Will Also Require Correction. b.testing And Evaluation: the Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical,major, And Minor Dimensions And/or Requirements Identified In The Drawings,drawing Notes, And Process And Fabrication Specifications. results Shall Consist Of Actual Dimensions, Measurements, And Test Outcomes And Included In The First Article Test Report. Attributes For Hardness And Non-destructive Testing Shall Be In-spected 100%. c.acceptance/reject Criteria: satisfactorily Meeting All Requirements Cited In Paragraph 7a And Satisfactorily Demonstrating 100% Con-formance To The Test And Evaluation Elements Cited In Paragraph 7.b Shall Constitute Acceptance Of The First Article; ii.failure To Meet Any Of The Conditions In Paragraph 7.a And 7.b Shall Be Cause For Rejection. d.delivery: the Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quanti-ties Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii.the Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 2. Production Lot Special Tests: N/a 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is A Alre Critical Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. (for Navsup Refernce Only) Tdr 21-10032a Repair Tdr Tdr 24-10132 Procurement Tdr. The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command Only Those Companies Who Have Submitted & Been Approved Will Be Eligible For Award Under This Solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. all Records Pertaining To Alre Cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. date Of First Submission=asreq data Requirements: (as Required Based On Repair Or Overhaul Process/procedure) a. Copies Of All Approved Requests For Variations. b. Material Certifications Per Drawing 619447. c. Dimensional Inspection Per Drawing 619447. d. Part Identification Per Drawing 619447. e. Material And Mill Certification Per Drawing 619447 f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447 g. Hydrostatic Test Per Note 5 Of Drawing 619447. h. Leakage Test Per Note 6 Of Drawing 619447. i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods. j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods. k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certifacation And Statement Of No Change In Design, Material And Manufacture Methods. l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447. m. Preservation And Packaging Per Drawing 619447. n. 100% Inspect, And Record The Readings For The Pitch And Functional Diameters And Document That The Inspection Results Are Acceptable And Are Iaw System 22 Of Fed-std-h28/20 Per Drawing 619447. date Of First Submission=asreq 16. Remarks/data Requirements: (as Required Based On Repair Or Overhaul Process/procedure) a. Copies Of All Approved Requests For Variations. b. Material Certifications Per Drawing 619447. c. Dimensional Inspection Per Drawing 619447. d. Part Identification Per Drawing 619447. e. Material And Mill Certification Per Drawing 619447. f. Evidence Of Compliance To Operational Requirements In Note 1 Of Drawing 619447 g. Hydrostatic Test Per Note 5 Of Drawing 619447. h. Leakage Test Per Note 6 Of Drawing 619447. i. Life Test Per Note 7 Of Drawing 619447 Or Copy Of Last Certification And Staof No Change In Design, Material And Manufacture Methods. j. Environmental Test Per Note 8 Of Drawing 619447 Or Copy Of Last Certificatioand Statement Of No Change In Design, Material And Manufacture Methods. k. Shock And Vibration Test Per Note 9 Of Drawing 619447 Or Copy Of Last Certification And Statement Of No Change In Design, Material And Manufacture Methods. l. Maintenance And Repair Instruction Manual Per Note 3 Of Drawing 619447.m. Preservation And Packaging Per Drawing 619447. n. 100% Inspect, And Record The Readings For The Pitch And Functional Diametersand Document That The Inspection Results Are Acceptable And Are Iaw System22 Of Fed-std-h28/20 Per Drawing 619447.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.43|wwu|717-605-3992|noelle.m.smith10.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 Specifications Section C & E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|332991|1250|||||||||||| 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.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (210 Days) \ 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. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|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-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Bearing Must Be Made In Accordance With Timken P/n 78225-90016, Except As Amplified Or Modified Herein.; 3.2 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. 3.3 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. 3.3.1 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. 3.3.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.3.3 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. 3.3.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) 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 Navicp-mech May Request The Pco Waive This Requirement. 3.5.4 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. 3.5.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.6 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. 3.6.1 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. 3.6.2 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. 3.7 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/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 Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.8 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: 3.8.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.8.2 Inspection For Completeness And Proper Type. 3.8.3 Verification Of Material Quality Received. 3.8.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.8.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.8.6 Identification And Protection From Improper Use Or Disposition. 3.8.7 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. 3.8.8 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. 3.8.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.9 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.9.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.10 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.10.1 When Traceability Markings On The Material Would 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 Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.10.2 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 On The Material, 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. 3.11 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.11.1 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. 3.11.2 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 Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.11.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.12 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, 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. 3.12.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.13 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, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. 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 (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("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 For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.13.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.13.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 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.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.35|wwu|n/a|tiana.hammaker@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract ||||| 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 (jan 2025)|13|332991 |1250|||||||||||| 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. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (186 Days) \ 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. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This 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=4558796 |80064| C| |d|0001 | C|49998|0243164 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|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-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;the Bearing Sleeve Must Be Manufactured In Accordance With Navsea Drawing 4558796, Item 12, Except As Amplified Or Modified Herein.; 3.2 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. 3.3 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. 3.3.1 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. 3.3.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.3.3 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. 3.3.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.4 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) 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 Navicp-mech May Request The Pco Waive This Requirement. 3.5.4 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. 3.5.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.6 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. 3.6.1 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. 3.6.2 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. 3.7 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/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 Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.8 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: 3.8.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.8.2 Inspection For Completeness And Proper Type. 3.8.3 Verification Of Material Quality Received. 3.8.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.8.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.8.6 Identification And Protection From Improper Use Or Disposition. 3.8.7 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. 3.8.8 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. 3.8.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.9 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.9.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.10 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.10.1 When Traceability Markings On The Material Would 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 Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.10.2 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 On The Material, 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. 3.11 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.11.1 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. 3.11.2 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 Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.11.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.12 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, 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. 3.12.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.13 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, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. 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 (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("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 For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.13.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.13.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below: 13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 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.
5281-5290 of 5415 archived Tenders