North America Tenders

North America Tenders

Banco Centro Americano De Integraci n Econ mica Tender

Education And Training Services
El Salvador
Improvement of 14 educational centers in municipalities with multidimensional poverty in the departments of Santa Ana, Sonsonate, La Libertad, Cabañas, Morazán, San Miguel and La Unión
Closing Date23 Apr 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Site Upgrade For Fall Hazard Protection And Mitigation Project
Closing Date9 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Nsn 1r-1680-015053932-v2, Ref Nr 901-060-641-103, Qty 2 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Soon21 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Nsn 1h-4010-011220383-sq, Tdp Ver 003, Qty 62 Ea, Delivery Fob Origin. The Government Has Rights To The Technical Data, The Data Package Is Complete, And There Are No Technical Data, Engineering, Tooling Or Manufacturing Restrictions. (this Is The Only A/rmsc That Implies That Parts Are Candidates For Full And Open Competition. Other A/rmscs Such As K, M, N, Q, And S May Imply Limited Competition When Two Or More Independent Sources Exist Yet The Technical Data Package Is Inadequate For Full And Open Competition.) A/rmcs 1 Or 2 Are Valid. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (see Far Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specific Type Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Of One Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Business Set-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University And Minority Institution Set-aside Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon21 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
61--power Supply, In Repair/modification Of
Closing Soon21 Apr 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Nsn 7r-1680-015005234-vh, Ref Nr 42315-17, Qty 19 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss)source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094.the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.based Upon Market Research, The Government Is Not Using The Policies Containedin Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For Thedescribed Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice. Drawings Not Available.
Closing Soon22 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Nsn 7r-1680-015991105-e7, Ref Nr 60847-000, Qty 1 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Competitive Basis For The Furnishing Of The Following: Nsn: 7rh 1680 015991105 Pn: 60847-000 Quantity: 1 Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely Of Determining Whether To Conduct A Competitive Procurement.
Closing Soon22 Apr 2025
Tender AmountRefer Documents 

Massachusetts Department Of Elementary And Secondary Education Tender

Other Consultancy Services...+1Consultancy Services
United States
26ostbh1 | Performance Management For Strategic Transformation Region | Rfr
Closing Soon15 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Nsn 3h-2835-014977557, Tdp Ver 015, Qty 7 Ea, Delivery Fob Origin. The Government Has Rights To The Technical Data, The Data Package Is Complete, And There Are No Technical Data, Engineering, Tooling Or Manufacturing Restrictions. (this Is The Only A/rmsc That Implies That Parts Are Candidates For Full And Open Competition. Other A/rmscs Such As K, M, N, Q, And S May Imply Limited Competition When Two Or More Independent Sources Exist Yet The Technical Data Package Is Inadequate For Full And Open Competition.) A/rmcs 1 Or 2 Are Valid. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (see Far Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specific Type Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Of One Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Business Set-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University And Minority Institution Set-aside Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon21 Apr 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| time Of Delivery (june 1997)|20|0001aa|10 Each|365 Days |||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receving Report (combo)||tbd|tbd|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| integrity Of Unit Prices (nov 2021)|1|| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| 1. Scope when Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings, Contact The Contracting Officer Listed On Page 1 Block 5 Of The Contract.. 1.1 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;n241.13 Or Buyer On Page 1; Or Code N241.10 1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corp; Drawing Number ( ;05259; ) ;622e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.3 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. 1.4 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. 1.5 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. 1.6 Container Shell Material Is ;aluminum; . 2. Applicable Documents drawing Data=dl622e001 |05259| | |d| | | | drawing Data=std-147 |05259| | |d| | | | drawing Data=std-224 |05259| | |d| | | | drawing Data=std-245 |05259| | |d| | | | drawing Data=std-251 |05259| | |d| | | | drawing Data=std-265 |05259| | |d| | | | drawing Data=std-295 |05259| | |d| | | | drawing Data=std-356 |05259| | |d| | | | drawing Data=std-357 |05259| | |d| | | | drawing Data=13c057 |05259| | |d| | | | drawing Data=13c058 |05259| | |d| | | | drawing Data=13c060 |05259| | |d| | | | drawing Data=13d056 |05259| | |d| | | | drawing Data=15930 |80132| C| |d| | | | drawing Data=17d043 |05259| | |d| | | | drawing Data=17d058 |05259| | |d| | | | drawing Data=20d002 |05259| | |d| | | | drawing Data=622c005 |05259| | |d| | | | drawing Data=622c006 |05259| | |d| | | | drawing Data=622e001 |05259| | |d| | | | drawing Data=622e002 |05259| | |d| | | | drawing Data=622e003 |05259| | |d| | | | drawing Data=622e004 |05259| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." 3.3 The Shock Mount Listed In The Drawing Package (whether Identified As Sole Source, Recommended, Or Suggested) Has Been Tested And Approved For The Shock Mitigation System Of This Container. No Other Shock Mount May Be Substituted Without Written Permission of Naval Inventory Control Point, Philadelphia Unless An Alternate Is Specifically Indentified In This Contract. ;no Other Mount; Is An Approved Alternate Mount. 3.4 At Faying Surfaces, Discontinuous Welds, Or Other Areas Where Atmospheric Liquids May Be Retained By Capillary Action, The Crevice Shall Be Sealed Using Sealing Compound Mil-s-81733 Or Equivalent. all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;n241.17; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. 3.5 Welding And Welder Qualifications Shall Be In Accordance With Aws D1.1 for Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 for Sheet Steel And Aws D1.6 For Stainless Steel. Proper Controls Shall Be Used To Prevent Melt Through Or Burn Through. For Aluminum, Filler For Welding 6061 Alloy Shall Be 4043: Filler For Welding 5000 Series Alloys to Themselves Or To 6061 Shall Be 5356 Or 5556. In Addition,welding And weld Inspection Shall Include: (1) Visual Inspection Shall Include 5x (5power) Magnification When A Suspect condition Is To Be Examined Beyond The Capability Of Normal Vision. (2) Critical And Major Welds May Be Subjected To Further Non Destructive testing (such As Dye Penetrant Inspection)as Prescribed By The Buying Activity. (3) Proper Documentation Shall Be Available For Review By Government Personnel. 3.6 Work Instructions. Work Instructions Shall Be Posted At Theoperator's Work Station Giving Procedures To Control The Welding Process, I.e., Filler Material, Weld Size, Electrical And Gas Characteristics, Including Flow Rate. 3.7 Materials And Materials Control. The Quality Program Shall Assure That The Materials Used In Fabrication Or Processing, I.e., Base Metals And Weld Filler Material, Be Inspected And Conform To The Applicable Physical, Chemical And Other Technical requirements (supplier's Certification Is Sufficient). 3.8 Controls. Weld Filler Materials Shall Be Clearly Identified And Segregated From Each Other Both When In Storage And At The Work Station. Work Station Environment Shall Be Controlled To Prevent Conditions Adverse To Proper Gas Shielding. 3.9 Cleaning. Parts To Be Welded Shall Be Cleaned To Remove Surface Soils Such As Oils, Waxes, Grease, Inks, Etc. Except That Uninhibited Alkaline Solutions Such As Sodium Hydroxide Shall Not Be Used. 3.10 Deoxidizing. The Cleaned Parts Shall Be Chemically Deoxidized No More Than 10 Days Prior To Welding To Remove Thick Surface Oxide Films. (if The Material Or Work Is Exposed To An Outdoor Environment, This Time Limit Shall Be Reduced To A Maximum Of 3 days, To Account For Atmospheric Effects.) Mechanical Cleaning Methods Shall Be Applied Just Prior To The Actual Start Of Welding, To Remove Any Reoxidation Or Residual Thin Oxide Films. 3.10.1 Chemical Treatment. An Acid Deoxidizing Treatment Shall Be Applied By Either Immersion Or Brushing/wiping. Deoxidizers Acceptable For Use Shall Include Nitric Acid, Sulfuric Chromic, Phosphoric Chromic, Or Equivalent Solutions. Sodium Hydroxide solutions Shall Not Be Used. Care Shall Be Taken To Assure 100% Solution Coverage Of The Area To Be Welded. To Allow An Adequately Sized Deoxidized Area For Good Welding, The Solution Shall Be Applied To An Area Extending At Least 2 Inches From The Weld Site, or Ending At Any Closer Adjacent Edge. 3.10.2 Mechanical Means. Immediately Prior To Welding, Mechanical Cleaning Methods Shall Be Applied To The Weld Areas Previously Chemically Treated To Assure Removal Of Residual Or Reformed Oxides, If Any. Acceptable Methods Of Mechanical Cleaning Include stainless Steel Wire Brushing, Scraping, Filing, Or Sanding. However, Abrasives Containing Iron And Its Oxides, Steel Wool And Wire, And Copper Alloy Based Wire, Which May Become Embedded With Galvanically Active Metals And Accelerate Corrosion Of Aluminum alloys Shall Not Be Used. Mechanical Methods Shall Be Vigorous Enough To Adequately Remove Any Residual Oxide Films, But Gentle Enough To Avoid Forming An Excessively Rough Surface In The Comparatively Soft Metal Underneath. when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. contact Code ;buyer Found On Page 1; Or Code N241.10 To Arrange For First Article Test Location welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. additionally, Cleaning Preperations Shall Be In Accordance With Mil-c-5541 and The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract 4. Quality Assurance 4.1 100% Production Leak Test. Each Container, Uninstrumented And Without Dummy Load, Shall Be Raised To A Height Of 18 Inches And Allowed To Fall Freely To A Concrete Or Similarly Hard Surface, Landing Flat On Its Base. The Container Shall Then Be Prepared for Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic-pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be used To Detect Leakage. An Initial Pressure Setting Equal To 1.0 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric pressure) Shall Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 622e001 And Subdrawings Is Applicable; 4.2.2 Requirements Of: ;to Drawing (05259) 622e001 And Subdrawings Is Applicable; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies; 4.2.5 Function ;per 100% Production Leak Test; 4.2.6 Compliance With Drawing ( ;05259; ) ;622e001; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;8,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To 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 From 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. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one(1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;622e001; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ; Test Facility Addresses naval Air Warfare Center Aircraft Division highway 547, Building 271 lakehurst, Nj 08733 nswc Indian Head Division, Detachment Picatinny building 458, Whittemore Ave. picatinny Arsenal, Nj 07806-5000; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;60; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;60; ; Calendar Days After The Government Receives 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 Submit An Additional First Article For Testing. After Each Request, 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 Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit 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 Deliver 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, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (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) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 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, The Naval Inventory Control Point 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:__________ all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. first Article Testing (fat) Performed By The Designated Test Facility Shall Include: - A Visual And Dimensional Inspection Performed In Accordance With Drawing Package (cage) Part Number. - Initial Leak Test: An Air Pressure Fitting Shall Be Installed In Place Of Oneof The Container's Inspection Ports. The Container Shall Be Pressurized To 1.00 +/- 0.05 Psig. Allow The Container To Stabilize For 30 Minutes. After The Stabilization Period, The pressure Shall Be Monitored For 30 Minute. Any Pressure Loss In Excess Of 0.05 Psi Shall Be Cause For Rejection. - 18-inch Free Fall Drop Test: The Loaded Container Shall Be Raised To A Heightof 18 Inches In A Horizontal Attitude. It Shall Be Released From A Drop Hook, Free Falling Flat On The Base To An Unyielding Surface. Any Cracked Welds, Deformation, Or Damage To The container Shall Be Cause For Rejection. - Final Leak Test: This Test To Be Performed In The Same Manner As Previously Described In "initial Leak Test" Paragraph Above. - Form And Fit Check (actual Item): The End-item Shall Be Placed In The Container Using The Installation Instructions Provided. Any Inadequacies, Fit Issues Or Interferences Shall Be Noted And Recorded. The Government Is Responsible To Provide An Item To perform The Form And Fit Test. An Item Maybe Shipped To The Fat Facility Location Or, If The End-item Cannot Be Moved,the Fat Container May Be Shipped To An External Location. (niin:01-578-3589) Or Equivalent (f Condition Is Preferred) To The Assigned First Article Test Site Upon Request From N241 Engineering In Order Tocomplete First Article Testing In Accordance With The Terms Of This Contract.if Item Is Unable To Be Sent To The test Site, The Container May Be Sent Toitem Location With Proper Coordination. Navsup Supply Planner Should Contactnavsup Wss N241 Engineering For Test Site Point Of Contact. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Soon18 Apr 2025
Tender AmountRefer Documents 
9981-9990 of 10000 active Tenders