Oxygen Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.4|wvb|717-605-1501 |amanda.l.bailey50.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||x||x||||| variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|1,300|365|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040|n50286 |tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1423|port_ptnh_wawf_notification@na vy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025) (deviation 2025-o0003)|13|331221|1,000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On Fileat Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Ofoffers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days 4. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details. 5. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Ischanged From 7 Days To 45 Days After Delivery Of The Supplies In Accordancewith The Terms And Conditions Of The Contract. 6. This Requirement Has No Government Source Inspection. Inspection And Acceptance Will Occur At Destination/destination. 7. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 8. This Is A Combined Solicitation For Multiple Related Items In Accordance With Far 13.101(b)(1). Multiple Awards Will Be Made On An Item By Determination. Offerors May Respond To As Many Line Items As They Prefer; However, Offerors Are Advised That Quotes Should Not Contain Quantity Discounts For Multiple Combined Items As This May Result In Award At An Unreasonably Low Value. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=astm-e18 | | | |200201|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |a |900101|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |c |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 1 Inch (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.; 3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 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. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 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: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 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. 3.12.8 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. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.15.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 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. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 4 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 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. 3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.5.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.7 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.8 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.8.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.8.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.8.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.8.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.8.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.9 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.9.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.9.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.10 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.10.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.10.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.10.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.10.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.10.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.11 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.11.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.11.2 Inspection For Completeness And Proper Type. 3.11.3 Verification Of Material Quality Received. 3.11.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.11.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.11.6 Identification And Protection From Improper Use Or Disposition. 3.11.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.11.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.11.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.12 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.12.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.13 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.14.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Markin

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date23 Apr 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n743.4|wvb|717-605-1501 |amanda.l.bailey50.civ@us.navy.mil | item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||x||x||||| variation In Quantity (apr 1984)|3|0%|-5%|total Contract Quantity| time Of Delivery (june 1997)|20|0001|2,250|365|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo-receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|n39040|n50286 |tbd|133.2|n/a|n/a|s4306a - Material|n/a|n/a|see Dd1423|port_ptnh_wawf_notification@na vy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|365 Days After Acceptance Of Material|365 Days After Acceptance Of Material||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|331221|1,000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech. 2. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000. 3. The Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls After Receipt final Delivery Of Material (365 Days) please Quote Actual Delivery Days early And Incremental Delivery Is Acceptable At No Additional Cost To The Government. 4. A Variation In Quantity Of -5% Of The Total Contract Quantity Is Allowed. See Far 52.211-16 For Further Details. 5. Far 52.232-25(a)(5), Entitled Prompt Payment, Constructive Acceptance Ischanged From 7 Days To 45 Days After Delivery Of The Supplies In Accordancewith The Terms And Conditions Of The Contract. 6. This Requirement Has No Government Source Inspection. Inspection And Acceptance Will Occur At Destination/destination. 7. This Procurement Is Issued Pursuant To Emergency Acquisition Flexibilities. 8. This Is A Combined Solicitation For Multiple Related Items In Accordance With Far 13.101(b)(1). Multiple Awards Will Be Made On An Item By Determination. Offerors May Respond To As Many Line Items As They Prefer; However, Offerors Are Advised That Quotes Should Not Contain Quantity Discounts For Multiple Combined Items As This May Result In Award At An Unreasonably Low Value. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=astm-e18 | | | |200201|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;304/304l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 1 3/4 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.; 3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 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. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 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: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 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. 3.12.8 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. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Tag Or Box.) All Traceability Marking Must Be Permanently Applied In Accordance With Mil-std-792. An Alternate Marking Method Is Permissible provided It Is An Available Option In The Contractually Invoked Specification, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order, And Differs From That Specified In The Specification. Electric Arc Marking Or Impression marking Is Strictly Prohibited On Thin Wall Tubing. (wall Thickness Of Less Than 0.125 Inch). 3.15.2 Temporary Marking - Temporary Marking Must Consist Of: name Or Trademark Of Manufacturer, Specification And Grade (as Applicable), Size, Contract Number, And The Traceability Marking. Pipe And Tube Marking Must Also Include Sml (for Seamless). Marking Must Be In Accordance With The Material Specification And sae-ams-2806, Sae-ams-2807, Sae-ams-2809, Table I Of Sae-ams-std-185, Or Astm-b666 As Applicable. Application Must Be In Accordance With Mil-std-792, Type A (temporary Ink Stenciling). An Alternate Method Is Permissible For Monel And K-monel Bar Provided It is An Available Option (temporary Marking Only) In The Applicable Material Specification, Except That Hot Finished Rod With Rough Ground Surface 3/4 Inch And Under May Be Bundled And Tagged Or Boxed With The Traceability Marking On The Bag Or Box. contamination Levels For Ink Stenciling Must Be As Outlined In Paragraph 5.2 Of Mil-std-792. 3.16 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.16.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.16.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, The original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.16.3 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.16.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.16.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 Material Handling - The Written Material Control Process Must Include The Following: 3.17.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.17.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.17.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.17.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.17.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.18 Receiving Inspection - 3.18.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.18.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.19 Discrepancy Reporting - 3.19.1 Nonconforming Products From Sub-tier Suppliers Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Must Be Maintained And Available For Review By The Government. 3.20 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.20.1 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. 3.20.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.20.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.20.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.21 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To The Contractor - 4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And contract Number Must Be Submitted To The Pco. 4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That He Material Supplied conforms To The Specified Requirements. 6.1.7 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks). Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.8 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.9 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.10 A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.11 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.12 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.13 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.14 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.15 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.16 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.17 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Nov 15 2011 - Combined 304/304l And 316/316l Niins Meeting Chem/mech Of Both - Dual Marking - Feb 03 2011 - Clarified Intergranular Corrosion Test On Raw Stock - Oct 22 2012 - Identified Intergranular Corrosion Test Material Classes - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Apr 15 2009 - Clarified The Sample Size For Large And Small Lot Sizes - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - May 16 2013 - Removed Gsi From This Material. - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. document Ref Data=astm-e18 | | | |200201|a| | | document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b666 | | | |201101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=sae Ams 2806 | | |c |080301|a| | | document Ref Data=sae Ams 2807 | | |a |000901|a| | | document Ref Data=sae Ams 2809 | | |a |070801|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=sae Ams-std-185 | | | |000901|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 Manufacture And Design - The Item Furnished Under This Contract/purchase Order Must Meet The Requirements As Specified In Sae-ams-qq-s-763 Except As Amplified Or Modified Herein. Sae-ams-qq-s-763 Ordering Data Information Is Provided Below: (a) Steel Bars, Wire, Shapes, And Forgings, Corrosion Resisting Steel; Sae-ams-qq-s-763. (b) Class - ;316/316l Condition A (must Meet The Chemical And Mechanical Properties Of Both Classes); Condition - ;a; Form - ;bar, 2 1/2 Inches (round); Finish - Any Appropriate Finish Option Of Sae-ams-qq-763 Except Hot Finished, Scale Not Removed. (c) Melting Practice - Electric Furnace, Electric Induction, Vacuum Furnace, Electroslag Remelt (esr), Or Argon Oxygen Decarburization (aod). Other Suitable Commercial Processes Must Be Submitted And Navy Approved Before They May Be Used. (d) Special Cleaning Processes Are Not Applicable. (e) Allowances For Machining Are Not Applicable. (f) Major Stress Surface Areas Of The Finished Part Are Not Applicable. (g) Low Magnetic Permeability Is Required For 300 Series Austenitic Corrosion Resistant Steels When Ordered In The Annealed Condition. The Relative Magnetic Permeability Must Be Determined And Must Not Exceed 2.0 (air - 1.0). Low Magnetic Permeability Is Not required For Conditions B, H, Or T Unless Otherwise Specified. (h) Length - Under 5" Dia. = 8 Feet Min / 12 Feet Max (plus Or Minus 10%) 5" Dia & Over = 5 Feet Min / 12 Feet Max (plus Or Minus 10%) Or As Specified Elsewhere In The Contract/purchase (i) Forgings Are Not Applicable. (j) Identification Marking Is Required In Accordance With Paragraph 3.10.1 Of Sae-ams-qq-s-763 And As Further Defined Elsewhere In This Contract/purchase Order. (k) Lot Definitions Of Forgings Are Not Applicable. (l) More Than The Usual Number Of Macrostructure Tests Is Not Required. (m) Forging Prolongations For Testing Are Not Applicable. (n) One Retest Is Permitted In Accordance With Paragraph 4.5.5 Of Sae-ams-qq-s-763. (o) Packaging And Packing Requirements Must Be As Specified Elsewhere In The Contract/purchase Order. (p) Special Marking For Shipment Must Be As Specified Elsewhere In The Contract/purchase Order. 3.2 ;hardness Must Be Checked In Accordance With Astm E18. Hardness Must Not Exceed Rockwell B95. In Addition, The Tensile Strength Must Be Between 75 Ksi Minimum And 100 Ksi Maximum For The Material.; 3.3 Bar, Pipe, And Tube Quantities - When This Order Results In Supplying Fewer Than 5 Pieces As Defined In The "length" Paragraph Above, All Material Must Be From A Single Heat Of Material. 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing (if Any) Per Applicable Specifications Is Still Required, But Certifications Are Only Required As Listed Below. test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bar, Metal (one Sample From Each Lot); performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.6 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.6.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. Requests Must Include The information Listed Below. a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product. d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.6.2 Requests For Waivers/deviations For Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.6.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. b. A Complete Description Of The Change To Be Made And The Need For That Change. c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. d. Proposed Changes To Documents Controlled By The Government. e. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. f. Recommendations About The Way A Retrofit Should Be Accomplished. g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct. h. Impacts To The Operational Use Of The Product. i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. j. Milestones Relating To The Processing And Implementation Of The Engineeringchange. 3.7 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. ^ Quality Assurance Requirements ^ 3.8 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.9 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. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government To Determine The System's Effectiveness In Meeting The Quality Requirements established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon Notification, Make His Facilities available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Destination. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made Available For operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided By The government. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Any Purchasing Documents To A Subcontractor Must Cite The applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of This Order, Promptly Notify The Prime Contractor Who Will Notify The Pco So That Appropriate planning For Government Inspection Can Be Accomplished. 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conformsto Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contractand Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must Be established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 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: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 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. 3.12.8 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. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other required Objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within paragraph 3, Section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Must Be Taken No Less Than Once In Every Eight Hours Of operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.15 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. In Addition To The Marking Requirements On Applicable Specifications, Marking For Traceability Is Required. Pipe, Tube, And Metal Bar Must Have both Permanent Marking And Temporary Marking Applied As Specified Below. 3.15.1 Permanent Marking - Permanent Traceability Marking Must Be Marked On Each End Of Each Pipe, Tube, And Metal Bar. (monel And K-monel Bar: 3/4 Inch To 1 Inch Rods, And 7/8 Inch Hex Bar May Be Marked On The Surface Near The End Of Bar/rod, And Rod Less than 3/4 Inch And Hex Bar Less Than 7/8 Inch May Be Bundled And Tagged Or Boxed With The Traceability Ma

Municipality Of Pangantucan, Bukidnon Tender

Healthcare and Medicine
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 970.9 K (USD 16.9 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09555548248 Email Us: Munpangantucanbukidnon@yahoo.com Or Visit Www.philgeps.net Invitation To Bid For Itb No. 2025-03-003 The Local Government Unit – Pangantucan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Medicines& Medical Supplies 1st Quarter Location : Pangantucan, Bukidnon Approved Budget For The Contract : Php 970,975.00 Contract Duration : Delivery Period : 60 Calendar Days Brief Description : Item No. Description Unit Quantity Unit Price Amount Purchase Of Medicines & Medical Supplies 1st Quarter Healthy Lifestyle Maintenance Medicines 1 Aspirin 80mg Tablet 100's/box Box 10 2 Amlodipine 5mg Tablet 100's/box Box 350 3 Amlodipine 10mg Tablet 100's/box Box 50 4 Enalapril 5mg Tablet 100's/box Box 5 5 Losartan 50mg Tablet 100's/box Box 1000 6 Losartan 100mg Tablet 100's/box Box 25 7 Gliclazide 30mg Tablet 100's/box Box 75 8 Metformin 500mg Tablet 100's/box Box 300 9 Simvastatin 20mg Tablet 100's/box Box 50 10 Fluticasone+salmeterol 250mcg+25mcg 120 Actuations Metered Pcs 12 Campola 11 Cotrimoxazole 400mg/80mg 60ml Bot 6 12 Cotrimoxazole 960mg Tablet 100's/box Box 1 13 Amoxicillin 250mg/5ml Suspension Bot 10 14 Amoxicillin 500mg Capsule 100's/box Box 5 15 Mefenamic Acid 500mg Capsule 100's/box Box 5 16 Paracetamol 250mg/5ml Syrup 60ml Bot 28 17 Paracetamol 500mg Tablet 100's/box Box 10 18 Ors Sachet 100 19 Lagundi 600mg Tablet 100's/box Box 10 20 Lagundi 300mg/5ml Syrup 60ml Bot 50 Maternal Health Medicines And Supplementation 21 Epinephrine Hcl 1mg/ml Injection 1ml Amp 10 22 Hydralazine Hcl 20mg/ml Injection Amp 10 23 Co-amoxiclav 500mg+125mg Tablet Tab 1750 24 Cefuroxime 500mg Tablet Tab 1750 25 Calcium Gluconate 10% Injection 10ml Amp 10 26 Magnesium Sulfate 250mg/ml Injection 20ml Vial 25 27 D5lr 1l Bot 100 28 Pnss 1l Bot 36 Child Health And Nutrition Program 29 Paracetamol 250mg/5ml Syrup 60ml Bot 625 30 Paracetamol 50mg/ml Drops 15ml Bot 144 31 Amoxicillin 250mg/5ml Suspension Bot 750 32 Co-amoxciclav 228.5mg/5ml 70ml Bot 75 33 Co-amoxciclav 457mg/5ml 70ml Bot 75 34 Erythromycin 200mg Suspension 60ml Bot 24 35 Cetirizine 5mg/5ml Syrup 60ml Bot 250 36 Cetirizine 2.5mg/ml Drops 15ml Bot 144 37 Chlorphenamine Maleate 2mg/5ml Syrup 60ml Bot 144 38 Lagundi 300mg/5ml Syrup 60ml Bot 500 39 Ascorbic Acid Syrup 60ml Bot 125 40 Ferrous Sulfate Drops 15ml Bot 75 41 Ferrous Sulfate Syrup 60ml Bot 75 42 Multivitamins Syrup 6.0ml Bot 100 43 Zinc Sulfate Syrup 60ml Bot 144 44 Ors Sachet 500 45 Silver Sulfadiazine 1% Cream Jar Jar 1 46 Salbutamol Nebule 30's/box Box 20 E-konsulta 47 Lagundi 600mg Tablet 100's/box Box 100 48 Cetirizine 10mg Tablet 100's/box Box 50 49 Aluminum Magnesium 200mg Tab 100's/box Box 10 50 Omeprazole 40mg Capsule Cap 5 51 Dicycloverine 10mg Tablet 100's/box Box 5 52 Hyoscine 10mg Tablet 100's/box Box 4 53 Metronidazole 500mg Tablet 100's/box Box 5 54 Ibuprofen 400mg 100's/box Box 5 55 Mefenamic Acid 500mg Capsule 100's/box Box 25 56 Paracetamol 500mg Tablet 100's/box Box 200 57 Ascorbic Acid 500mg Tablet 100's/box Box 50 58 B-complex Tablet 100's/box Box 75 59 Multivitamins Capsule 100's/box Box 75 60 Cefalexin 500mg Capsule 100's/box Box 5 61 Ciprofloxacin 500mg Tablet 100's/box Box 5 62 Clarithromycin 500mg Tablet Tab 200 63 Cloxacillin 500mg Capsule 100's/box Box 10 64 Cotrimoxazole 960mg Tablet 100's/box Box 5 65 Erythromycin 500mg Tablet 100's/box Box 5 66 Nitrofurantoin 100mg Capsule 100's/box Box 10 67 Sambong 500mg Tablet 100's/box Box 10 68 Prednisone 10mg Tablet 100's/box Box 5 69 Zinc Sulfate Tablet 100's/box Box 10 Dental Supplies 70 Dental Needle Short G27 100's/box Box 3 71 Dental Needle Long G27 100's/box Box 2 72 Lidocaine+epineprine 20mg/ml (2%) 50's/box Box 15 Medical Supplies 73 Gauze Roll 24 X 28 (2ply) Roll 10 74 Absorbent Cotton 400gms Roll 10 75 Cord Clamp Brown Japan Box 2 76 Nebulizing Kit Pedia Pcs 50 77 Nebulizing Kit Adult Pcs 50 78 Venoset Macro Pcs 25 79 Surgical Gloves Size 7 & 7.5 Sterile 50's/box Box 25 80 Chlorine 70% Granules Drum 1 81 Disposable Gloves Small 50 Pairs/box (powder Free) Box 1 82 Egg Paper Roll 10 83 Foley Catheter F18 Siliconized Latex Pcs 10 84 Foley Catheter F16 Pcs 10 85 Urine Bag 2000ml Pcs 10 86 Isopropyl Alcohol 70% Gallon Gal 5 87 Oxygen Refill Unit 5 88 Tongue Depressor Box 5 Laboratory 89 Lugols Iodine 250ml Bot 1 90 Wbc Diluting Fluid 250ml Bot 1 91 Urine Strip 4's Pcs 10 92 Urine Strip 10's Pcs 10 93 Tourniquet Rubber Pcs 13 94 Capillary Tube 10 Bot/box/hematocrit Tube Box 1 95 Hematocrite Sealer (wax Plate) 10's/box Box 1 96 Stool Container 30ml Pcs 200 97 Pregnancy Test Kit Pcs 50 98 Hema Quick Srtain 250ml Kit 1 99 Grams Stain Kit 250ml Kit 1 100 10% Koh 250ml Bot 1 101 5% Acetic Acid 500ml Bot 1 102 Benedics Solution 500ml Bot 1 103 Isotanac 18l Pcs 3 104 Hemolynac 3n 3's/box Pcs 1 105 Cleanac Green 5l Pcs 1 106 Cleanac Violet 5l Pcs 1 107 Edta Micro Tube 0.5ml Pack 3 108 Edta Tube 2ml Pack 3 109 Red Top 2ml Pack 3 110 Conical Tube 1ml Pcs 50 111 Yellow Top Tube 2ml 100's Pack 2 112 Blood Chem Control Normal Level 1 Bot 1 113 Blood Chem Control Abnormal Level 2 Bot 1 114 Glucose Bot 1 115 Cholesterol Bot 1 116 Triglycerides Pc 1 117 Hdl Small Pc 1 118 Uric Acid Bot 1 119 Creatinine Bot 1 120 Sgpt Bot 1 121 Syphilis Kit 30's/box Box 3 122 Hbsag Kit 30's/box Box 3 123 Bun Liquid Bot 1 124 Aplicator Stick 6" 1000's/box Box 3 125 Acid Fast Bacilli Stain Kit 250ml Kit 1 126 Hba1c 25's/box Box 1 127 Giemsa Stain Kit 250ml Kit 1 128 Glucose Strip Sinocare 50's/boz Box 4 129 Ogtt 75gm/bot Bot 3 130 Needle G25 1' 100's/box Box 2 131 Scalp Vein Set G25/100's Per Box Pcs 1 132 Pyrex Test Tube 16 X 100mm # 9820 72's/box Box 2 Pbcc (medicines) 133 Ascorbic Acid 500 Mg Tab Pc 500 134 Citirizine Pc 200 135 Ferrous Sulfate Pc 400 136 Lagundi Tablet Pc 300 137 Mefenamic 500mg Capsule Pc 300 138 Multi-vitamins Pc 500 139 0resol Pc 600 140 Paracetamol 500mg Pc 800 141 Vitamin B-complex 500mg Pc 400 142 Zinc Vitamins Pc 100 143 Sambong Tab Pc 300 144 Metoclopramide Pc 100 Pbcc (medical Supplies) 145 Band-aid Pc 100 146 Betadine 60ml Pc 5 147 Blood Lancet (200's) Bag 1 148 Burn Ointment Pc 2 149 Clean Gloves Box 3 150 Hot Water Bag Pc 5 151 Hydrogen Peroxide 100ml Pc 3 152 Ice Bag Pc 5 153 Omega Pain Killer Liniment 60 Ml Pc 4 154 Padded Board Splint Kit Pc 1 155 Pregnancy Test Kit Box 2 156 Sterile Gauze Box 4 157 Strips For One Touch Select Box 5 158 Triangular Medical First-aid Bandage 42x42x60cm Pcs 5 Dep-ed South (medical, Dental And Laboratory Supplies) 159 Bp Apparatos Digital Pc 1 160 Thermogun Pc 1 161 Pulse Oximeter Pc 1 162 Ice Bag Pc 1 163 Hot Water Bag Pc 1 164 Bathroom Scale Analog Pc 1 165 Band Aid Box 2 166 Cotton Roll Roll 3 167 Sterile Gauze 4x4 Box 1 168 Tissue Forcep With Teeth Pcs 2 Dep-ed South (drugs And Medicines) 169 Paracetamol 250mg/5ml/syrup Bot 4 170 Cetirizine Syrup Bot 2 171 Zinc Sulfate Syrup Bot 3 172 Ascorbic Acid Syrup Bot 2 173 Ambroxal 30mg/5ml/syrup Bot 2 174 Hydrogen Peroxide Bot 1 175 Salbotamol 2mg/5ml/syrup Bot 1 176 Lagundi 300mg/5ml/syrup Bot 1 177 Vitamin B-complex Box 0.25 178 Multivitamins Capsule Box 0.25 179 Oresol Sachet Box 0.25 180 Sambong 500mg/tablet Box 0.25 181 Lagundi 600mg/tablet Box 0.25 182 Losartan 50mg/tablet Box 0.25 183 Captopril 25mg/tablet Box 0.25 184 Amlodipme 5mg/tablet Box 0.25 185 Carbocisteme Capsule Box 0.25 186 Lidocaine Bot 1 Total 970,975.00 Bidders Should Have Completed, Within One Year (1 Yr.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail “criterion As Specified In The 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Local Government Unit – Pangantucan, Bukidnon And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm, Mondays To Fridays. The Complete Schedules Of Activities Are Listed, As Follows: Activities Schedule 1. Advertisement March 05 To March 11, 2025 2. Issuance Of Bid Documents March 05 To March 11, 2025 3. Opening Of Bids March 12, 2025 @ 1:30 P.m., Wednesday, @ Room 2 Right Side Municipal Gymnasium, Poblacion, Pangantucan, Bukidnon A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00 Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of Stated In Itb. 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. The Local Government Unit – Pangantucan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Their Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Antonia J. Rupinta Bac Secretariat Cell# 09555548248 Or Visit Www.philgeps.net Teodoro B. Quirante, Iii Bac Chairman Bid Form Date: March 12, 2025 Itb No: 2025-03-003 To: Local Government Unit Pangantucan, Bukidnon Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers 2025-03-003 The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Purchase Of Medicines & Medical Supplies 1st Quarter. In Conformity With The Said Bidding Documents For The Sum Of Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of This Bidding Document. Dated This ________________ Day Of ________________, 2025 _______________________ __________________________ [signature Over Printed Name] [position] Duly Authorized To Sign Bid For And On Behalf Of ________ [name Of Establishment]

SURIGAO DEL NORTE STATE UNIVERSITY Tender

Education And Training Services
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 378.8 K (USD 6.6 K)
Details: Description Reference No. Pr # 25-03-0352 Price Quotation Form (bid Form) Sealed Bids Shall Be Dropped In The Bidders Box On Or Before 2:00 P.m. April 7, 2025, Placed At The Office Of The Chairman Of The University Bac. Thereafter, The Bidder's Box Shall Be Sealed Until The Chairman Of The University Bac Declares The Opening Of The Bids. Item Qty. Unit Name Of Supplies/specification Abc/item Unit Price Total No. (item) Supply And Delivery Of Books For Del Carmen Campus 1 1 Pcs Essentials Of Purposive Communication 810.00 Caudilla 2023 2 1 Pcs Purposive Communication: A Modular Approach (rev. Ed.) 795.00 Ang 2023 3 1 Pcs Purposive Communication (rev. Ed.) 795.00 Zoleta 2023 4 1 Pcs Science, Technology And Society (2nd. Ed.) 655.00 Mcnamara 2022 5 1 Pcs Science, Technology & Society: An Evidence-driven Outcome-based Module (2nd. Ed.) 940.00 Quinto 2024 6 1 Pcs Science, Technology And Society 595.00 Tabotabo 2023 7 1 Pcs Science, Technology And Society (2nd. Ed.) 665.00 K.a. Aldea, Et.al 2022 8 1 Pcs Understanding The Self 750.00 Laforteza 2023 9 1 Pcs The Art Of Self Discovery: An Understanding The Self Workbook-textbook 895.00 Villanueva 2023 10 1 Pcs Understanding The Self: Developing Life Skills Obe Approached 795.00 Magalona 2023 11 1 Pcs Understanding The Self: An Outcomes Based Education Approach 500.00 Faustino, Wilfredo G. 2023 12 1 Pcs Ugat: Textbook In Readings In Philippine History 695.00 Salonga 2023 13 1 Pcs Readings In Philippine History 695.00 Bacolod 2023 14 1 Pcs Revisiting Readings In Philippine History 795.00 Baes 2023 15 1 Pcs Readings In Philippine History: Outcomes-based Module (2nd Ed.) 1,100.00 Asuncion 2022 16 1 Pcs The Readings In Philippine History 700.00 Martinez 2021 17 1 Pcs Mathematics In The Modern World (rev. Ed.) 1,195.00 Sirug 2023 18 1 Pcs Mathematics In The Modern World (2nd Ed.) 1,225.00 Baltazar 2023 19 1 Pcs Mathematics In The Modern World 895.00 Ogoy 2023 20 1 Pcs Mathematics In The Modern World: Outcomes-based Module (2nd Ed.) 1,135.00 Earnhart & Adina 2022 21 1 Pcs Essential Mathematics In The Modern World (3rd Ed.) 1,135.00 Nocon 2024 22 1 Pcs The Contemporary World (2nd Ed.) 750.00 Claudio Y & Abinales 2022 23 1 Pcs The Contemporary World 450.00 Acero, Allegro C. 2023 24 1 Pcs The Contemporary World 895.00 Mananay, Sanchez, Sumalinog Et Al 2024 25 1 Pcs The Contemporary World 895.00 Martinez 2023 26 1 Pcs The Contemporary World (1st Ed.) 940.00 Cruz 2023 27 1 Pcs Art Appreciation 895.00 Etm Solmerano 2023 28 1 Pcs Art Appreciation 700.00 Wilson Panisan 2023 29 1 Pcs Art Appreciation 695.00 Sanchez 2023 30 1 Pcs Art Appreciation 700.00 Jerlyn Balones 2022 31 1 Pcs Modular Approach To Art Appreciation 700.00 Inocian, Reynaldo B. 2021 32 1 Pcs The Life And Works Of Jose Rizal 595.00 Balili 2023 33 1 Pcs The Life And Works Of Rizal Outcomes-based Module (1st Ed.) 800.00 Espina-clemente 2023 34 1 Pcs The Life And Works Of Jose Rizal 795.00 Sanchez 2024 35 1 Pcs Ethics (2nd Ed.) 940.00 Pasco, Suarez, & Rodriguez 2023 36 1 Pcs Ethics (2nd Ed.) 695.00 Bacolod 2023 37 1 Pcs Fundamentals Of Ethics (2nd Ed.) 750.00 Carino 2023 38 1 Pcs Introduction To Ethics 795.00 Umali, Et.al 2023 39 1 Pcs Ethics For The New Ge Curriculum 750.00 Fernandez 2023 40 1 Pcs Gender And Society 995.00 Bacolod 2024 41 1 Pcs Gender And Society 695.00 Martinez 2023 42 1 Pcs Exploring Gender And Society 760.00 Ecoben 2023 43 1 Pcs Living In The Information Technology Era 1,150.00 Abante, Marmelo V. 2023 44 1 Pcs Living In The It Era 4,500.00 Kumar 2023 45 1 Pcs Succedding In Information Technology 1,200.00 Leonardich, Michael 2023 46 1 Pcs Epr: English Proficiency For Empowered Professionals 720.00 Santiliana Et.al 2023 47 1 Pcs Essential Grammar 3,020.00 Webb/giovanelli 2023 48 1 Pcs Teaching English, Language And Literacy 3,980.00 Wyse/wistaniey Et.al 2023 49 1 Pcs Environmental Science For All 595.00 Cobar 2022 50 1 Pcs Environmental Science Ge Elective Course 430.00 Tolentino, Jenina V. 2023 51 1 Pcs Physical Education 2: Beginners Dance Book 700.00 Domingo, John Paul R. 2023 52 1 Pcs Physical Education 4. Team Sport: Basketball And Volleyball 700.00 Domingo, John Paul R. 2023 53 1 Pcs Path Fit 1 Physical Activity Towards Health And Fitness 1: Health And Wellness Movement Educ. & Exercise Program 595.00 Punzalan 2023 54 1 Pcs Path Fit 2 Physical Activity Towards Health And Fitness 1: Rhythmic Dance And Social Activities 595.00 Punzalan 2023 55 1 Pcs Path Fit 3 Physical Activity Towards Health And Fitness 1. Menu Of Dance 595.00 Punzalan 2023 56 1 Pcs Path Fit 4 Physical Activity Towards Heafth And Fitness 1: Menu Of Sports 695.00 Punzalan 2024 57 1 Pcs Human Person Gearing Towards Social Development: Nstp-cwts 1 A Worktext For College Students (updated Ed.; 3rd Ed.) 760.00 Villasoto 2023 58 1 Pcs Service-learning A Immersion Towards Community Bldg: Nstp-cwts 2 A Worktext For College Students (updated Ed.; 3rd Ed.) 760.00 Villasoto 2023 59 1 Pcs Empowering The Youth For Nation Building Through Civic Welfare Training Service 1 795.00 Briones Et.al 2022 60 1 Pcs Promoting Community Change Through Civic Welfare Training Service 2 695.00 Briones 2024 61 1 Pcs Nstp Cwts 2: A Textbook For The New General Education Curriculum 795.00 Dela Cruz Et.al 2022 62 1 Pcs Nstp1 Understanding The National Service Training Program 813.00 Florida C. Labuguen, Et Al. 2023 63 1 Pcs A Course Module For National Service Training Program I 695.00 Ferrer 2023 64 1 Pcs A Course Module For National Service Training Program Ii 695.00 Ferrer 2024 65 1 Pcs Nstp1 Guide In Civic Welfare Training Service 795.00 Lonez 2023 66 1 Pcs Nstp2 Citizen Empowerment Towards Community Building 495.00 Santos 2023 67 1 Pcs Illustrated Handbook Of Agriculture Science And Technology 7,200.00 3g E-learning 2023 68 1 Pcs Agriculture: Science And Technology 4,625.00 Joseph 2022 69 1 Pcs Basics Of Organic Chemistry 4,193.00 3g E-learning 2024 70 1 Pcs Introduction To Animal Sciences 6,900.00 Williamson, T. 2023 71 1 Pcs Animal Science And Range Management 5,500.00 Saba, N. 2023 72 1 Pcs Sustainable Crop Production 5,120.00 Matthew Davidson 2024 73 1 Pcs Agronomy Principles A Practices Of Crop Production 6,195.00 Tan, D. 2024 74 1 Pcs Crop Protection 5,500.00 Singh, R.p. 2023 75 1 Pcs Principles Of Crop Protection 7,300.00 Mcdonald, D. 2023 76 1 Pcs Comprehensive Technology Book On Poultry And Dairy Industries 5,500.00 Selle, P. 2024 77 1 Pcs Study Of Recent Development In Livestock & Poultry Production 6,995.00 Vos, L. Re M. 2024 78 1 Pcs Elements Of Soil Conservation 4,495.00 Lyman, C. 2023 79 1 Pcs Sustainable Agriculture Management Of Soil Fertility 6,195.00 Balks, M. 2024 80 1 Pcs Use Of Biofertilizers And Biopesticides In Organic Farming 5,500.00 Mello, F. 2024 81 1 Pcs Organic Agriculture 4,893.00 Munroe, G. 2024 82 1 Pcs Basic Farm Machineries, Mechanization And Water Management 7,300.00 Hamilton, R. 2023 83 1 Pcs Principles Of Agricultural Extension And Communication 6.900.00 Wilkerson, K. 2023 84 1 Pcs Principles Of Agricultural Entrepreneurship And Enterprise Development 7,500.00 Beasley, J. 2023 85 1 Pcs Agriculture Genetics 5,493.00 Watkins, Reece 2024 86 1 Pcs Seed Technology 5,400.00 3g E-learning 2022 87 1 Environmental And Natural Resource Management With Dvd 5,400.00 3g E-learning 2023 88 1 Pcs Introduction To Agricultural Commodity Systems 7,300.00 Stevenson, D. 2023 89 1 Pcs Plant Physiology 3,993.00 Pragati 2024 90 1 Pcs Toxicology And Environmental Health 5,493.00 Higgins, Kaiden 2023 91 1 Pcs Animal Physiology 5,493.00 Armstrong, Arthur 2024 92 1 Pcs Microorganism Of Soil Substances 3,993.00 Hamon, Andre 2023 93 1 Pcs Agricultural Insect Pests And Their Control 3,993.00 Christie, Franz 2023 94 1 Pcs Agricultural Research & Productivity Growth 5,500.00 Darrick Wilderman 2024 95 1 Pcs Methods Of Agricultural Research 6,900.00 Woodard, A. 2023 96 1 Pcs Farming System 5,000.00 Ashoka, P. 2023 97 1 Pcs Crop Genetics And Breeding 3,493.00 Pratap, Narendra 2023 98 1 Pcs Computer Fundamentals 795.00 Revano 2023 99 1 Pcs Genera I Chemistry 2: Water, Oxygen, Carbon Dioxide Molecules Of Life 995.00 Reyes 2024 100 1 Pcs Land Policy And Farm Management In Agriculture 4,000.00 Brown, Felix 2023 101 1 Pcs Introductory Crop Science 5,293.00 Ingram, Lauren 2023 102 1 Pcs Crop Management, Integrated Farming And Pest Management 4,993.00 Gliessma, Ernesto R. 2024 103 1 Pcs Natural Products In Pest Management 3,993.00 Amar Singh Mounpria 2024 104 1 Pcs Genesis And Properties Of Soil 3,993.00 Wilde, Robert 2023 105 1 Pcs Fundamentals Of Soil Science (laboratory Manual On Soil Analysis) 1,693.00 Gautam, Mahendru Kumar 2023 106 1 Pcs Biochemistry The Molecular Basis Of Life 5,493.00 Luke Allen 2024 107 1 Pcs Fundamentals Of Biochemistry 5,493.00 Hawkins, Krish 2024 108 1 Pcs Plant Physiology And Biochemistry 5,493.00 Byrne, Frankie 2024 109 1 Pcs Textbook Of Agricultural Biotechnology 4,293.00 Tesla, Paterson 2023 110 1 Pcs Agricultural Biotechnology Issues Impacting Innovations 3,993.00 Tesla, Paterson 2023 111 1 Pcs Animal Anatomy And Physiology 5,493.00 Reuben Tidwell 2024 112 1 Pcs Animal Nutrition And Feeding 5,493.00 Matthews, Kay Den 2024 113 1 Pcs Poultry Farming 4,493.00 Dias, Robbie 2024 114 1 Pcs Commercial Poultry Production And Management 4,893.00 Ince, Jonathan 2024 115 1 Pcs Introduction To Swine Raising 493.00 Loreto 2021 116 1 Pcs Handbook Of Plant And Crop Physiology 3,993.00 Gulgul Tyagi 2024 117 1 Pcs Principles And Practices Of Plant Breeding, Plant Propagation And Nursery Management 5,493.00 Davidson, Matthew 2024 118 1 Pcs Plant Breeding 5,293.00 Sterling, Kevin 2023 119 1 Pcs Agricultural Extension Impact & Assessment 2,993.00 Singh, Ak 2023 120 1 Pcs Home Economics Literacy 655.00 Delos Reyes, C. 2020 121 1 Pcs Introduction To Information Technology And Computer Fundamentals (2nd Ed.) 903.00 Besueña, Pomperada 2023 122 1 Pcs Journal 3,700.00 Agriculture(2024) 12 Issues 123 1 Pcs Teach Yourself Electricity And Electronics 2,393.00 Gibilisco, Stan 2023 124 1 Pcs Fundamental Electrical And Electronic Principles 5,893.00 Jo Verhaevert 2024 125 1 Pcs Basic Electronics, Hb„hb 4,000.00 Kumar, Sarvendra 2024 126 1 Pcs Electricity, Magnetism And Electronics, Hb„hb 4,000.00 Arya, Raju 2023 127 1 Pcs Basics Of Circuits 4,750.00 3g E-learning 2024 128 1 Pcs Electric Circuits, Hb„hb 4,500.00 Zode, Piyusho 2024 129 1 Pcs Dc/ac Electrical Fundamentals„hb 14,024.00 Dale R. Patrick 2022 130 1 Pcs Installation Commissioning And Maintainance Of Electrical Equipment 2,093.00 Singh, Tarlok 2020 131 1 Pcs Woodworking For Dummies,2e,pb 2,876.00 Jeff Strong 2023 132 1 Pcs Welding Basics, Pb„pb 3,950.00 3g E-learning 2024 Please Take Note Of The Following Instruction: 1. Total Abc = Php 378,884.00 2. The Total Stated Abc (approved Budget For The Contract) Must Not Be Exceeded In Your Quotation. 3. Interested Bidders Must Be Registered On Philgeps (philippine Government Electronic Procurement System). 4. Interested Bidders Must Provide An Omnibus Sworn Statement Following The Prescribed Format Of Philgeps. 5. Please Indicate The Brand Of The Item Quoted And Attach A Brochure Of The Product Offered, If Possible. 6. Physical Submission Of Quotations Should Be Dropped In The Bidding Box Located Within The Bac (bids And Awards Committee) Office. Quotations With Erasures That Are Not Sealed And Signed In An Envelope Will Not Be Accepted. Please Attach Copies Of Your Business Permit And Tax Clearance. 7. Online Submission Of Quotations Should Be Sent To Snsubac@gmail.com, The Official Email Of Snsu Bac. Please Attach Copies Of Your Business Permit And Tax Clearance. Delivery Period: Within Ten (10) Working Days With Five (5) Working Days Extension From Receipt Of Approved Purchase Order. The Surigao Del Norte State University 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. Jonas Robert L. Miranda Bac Chairperson Name Of Establishment: ____________________________ Signature Of Authorized Representative: _________________________

The City Of P E Tice Tender

Others
Czech Republic
Closing Date3 Mar 2025
Tender AmountCZK 2.4 Million (USD 100.5 K)
Details: The Subject of the Performance Is to Supply the Customer, in the Scope, in the Manner, at the Time and Under the Conditions Agreed upon in the Contract for the Supply and Installation of Technologies, Technological Equipment for a Wastewater Treatment Plant, Including the Performance of Related Services. The Subject of the Contract Is Understood In Particular: - Dismantling and Minor Construction Work on Existing Facilities in Connection with the Installation of New Equipment; - Replacement of Blowers in the Pumping Station, Including Their Connection; - Construction of Two Separate Air Discharge Pipes; All of this in accordance with and within the scope specified in Annex No. 1 to the Contract - Project Documentation entitled "Přeštice, Čov - Renewal of Blowers and Modification of Pipes", prepared by the company Vak Projekt Sro, Ič 28159721, with its registered office at Kněžskodvorská 2544, 370 04 České Budějovice, in Vi./2024 and which is binding for the implementation of the subject of the contract. The subject of the contract thus includes, in particular, the implementation of the renewal of the current 3 (three) blowers of the activation tanks with two new screw blowers and one new rotary blower, all with automatic power regulation by frequency converters according to the oxygen probe. The latest Lutos blower will be retained - the last in the series. The Delivery Also Includes the Installation and Connection of New Blowers to New Stainless Steel Pipe Distribution (Creation of Two Separate Lines From the Blowers to Activation) and Connection to the Electrical and Plumbing Distribution.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: Page 24 Of 24 this Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Duns Number (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. network Contract Office (nco) 22 Is Seeking A Qualified Vendor To Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations To Eligible Beneficiaries That Use The Phoenix Va Healthcare System (pvahcs) Located At 650 Indian School Road, Phoenix, Az 85012. Contractor Shall Provide All Labor, Supervision, Facilities, Equipment, Supplies, Materials, And Vehicles To Meet The Needs Of This Solicitation. Prospective Contractors Must Be Authorized/certified To Provide The Required Service And Must Show Proof With Any Provided Documents At The Time Of Responding To This Sources Sought Announcement Of The Capabilities Stated Below: note: All Interested Parties Must Apply And Be Approved For An Arizona Department Of Health Services Certificate Of Necessity (con) For The Geographic Service Area Stated On This Notice And Level Of Service Required, A 180-day Process (non-va) That Must Be Approved Prior To The Response Date Stated On The Solicitation. If The Government Does Not Receive An Approved Con From Any Offeror, The Requirement Will Be Set-aside For The Next Socio-economic Group Or Be Solicited As Full And Open Competition. critical Care Transport Services Became Regulated In Arizona On January 1, 2025, And Is Not Expected To Be Fully Implemented Until January 1, 2026. Draft Performance Work Statement Draft Title: Ground Ambulance Services (phoenix Va Healthcare System Con 71) Visn 22/station 644/naics 621910. purpose: The Phoenix Va Healthcare System (pvahcs), Its Associated Community-based Outpatient Clinics (cbocs), And Affiliated Healthcare Clinics Require Contracted Non-emergency Ambulance Transportation Services. The Contractor Shall Provide All Vehicles, Personnel, Management, Supplies, Equipment, And Necessary Reporting For The Provision Of Basic Life Support (bls), Advanced Life Support (als), Specialty Care Transport (sct) Or Critical Care Transport (cct) Services (as Cct Becomes Available). The Contactor Shall Make These Ambulance Services Available To The Va As Needed, 24 Hours A Day, Seven Days A Week (24/7), Including Weekends And Holidays. background: Pvahcs Main Campus, Located At 650 Indian School Road, Phoenix, Arizona 85012 And Its Thirteen (13) Associated Community Base Outpatient Clinics Serve Over 139,000 Veterans In The Phoenix Metropolitan, Maricopa, Navajo, And Gila County Areas. The Hospital Has 224 Inpatient Beds And Receives Approximately 10,849 Inpatient Admissions And 1,241,229 Outpatient Visits A Year. Veterans Served By This Facility Live Within The Counties And Zip Codes Listed In Paragraph 5.2.6. acronyms als Advanced Life Support aod Administrative Officers Of The Day bls Basic Life Support cct Critical Care Transport cctp Critical Care Transport Paramedic ccemtp Critical Care Emergency Medical Transport co Contracting Officer cor Contracting Officer S Representative cpr Cardiopulmonary Resuscitation dol Department Of Labor emt Emergency Medical Technician iaw In Accordance With oo Ordering Officer pws Performance Work Statement qasp Quality Assurance Surveillance Plan qc Quality Control Plan tb Tuberculosis tjc The Joint Commission vts Veteran Transportation Service scope/requirements Types Of Ambulance Service the Contractor Shall Provide Non-emergent Basic Life Support (bls), Advanced Life Support (als), And Critical Care Transport (cct) Ambulance Services On An As Needed Basis In Accordance With All Federal, State, And Local Regulations. occasionally A Veteran Will Need To Be Transported With Va Staff And Equipment; The Contractor Shall Return Va Staff And Equipment To The Original Place Of Pick-up. Transport Of Miscellaneous Items With The Patient the Contractor May Also Be Required To Transport Patient Luggage, Medical Records, Medication, And Comfort Items From Pickup Points To Destination At No Additional Cost To The Government. Luggage To Be Transported Will Be Restricted To Suitcase And Valise Types. When Patients Are Transported To The Pvahcs Destination Is Deemed To Be The Er, Admissions, The Clinic, Or Service Within The Hospital, Or Directly To The Ward As Instructed By Va Staff. Contractor Personnel: Contractor Personnel Shall Be Courteous And Always Conduct Themselves In A Businesslike Manner While Providing Services Under This Contract. emergency Medical Technicians (emts), Critical Care Transport Paramedics (cctps) & Other Personnel emts, Cctps And Other Medical Personnel (as Applicable) Shall At All Times Meet The Qualifications Specified In This Contract As Well As All Applicable Federal, State, And Local Government Laws, Regulations, And Standards. Emts, Cctps And Other Medical Personnel (as Applicable) Shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State, Or Regional Government Or Public Entity Where The Emergency Service Is Operated Or By Which It Is Governed. if The Contractor Wishes To Add Or Replace Personnel Throughout The Life Of The Contract, It Shall Provide Evidence Of Required Training, Certifications, Licensing, And Any Other Qualifications To The Contracting Officer S Representative (cor) For Review. all Ambulance Drivers Shall Have A Valid Driver S License In Accordance With State Requirements For Their Place Of Operation And The Services They Perform. If The Contractor Wishes To Add Or Replace Drivers Throughout The Life Of The Contract, It Shall Provide A Valid Driver S License To The Cor. cctps Shall Meet All State Requirements. Proof In The Form Of A Current Certificate For The Successful Completion Of Such Must Be Provided To The Cor Upon Request. investigative Requirements For Contract Personnel: Contract Personnel Will Be Subject To The Same Investigative Requirements As Those For Regular Va Appointees And Employees. The Level Of Investigation Commensurate With The Level Of Access To Perform The Performance Work Statement Is: Special Agreement Checks (sac). Fingerprinting For Contract Personnel Will Be Conducted At Pvahcs. Thereafter The Contracted Employees Will Be Subject Annually To The Same Requirement, With A 90-day Window To Complete Such Requirement As Provided By Pvahcs. The Va Security And Investigation Center (sic) Is Responsible For Adjudicating All Background Investigations For Contract Employees. emts, Cctps, And Other Contractor Personnel As Applicable Must Pass The Contractor S Background Check And Must Not Have Been Convicted Of (or Have Any Pending Charges For) A Felony For The Past Five Years. Personnel (and Contractor) Must Report Any New Or Additional Charges Or Convictions If they Arise During The Course Of Performance Under This Contract So Va Can Review Them And Determine Whether The Employee In Question Needs To Be Discharged Of His Or Her Duties Until The Matter Is Adjudicated. tuberculosis Exposure Control Policy the Contractor Shall Provide The Va With A Policy On Tuberculosis (tb) Exposure And Control, To Include Tb Decontamination. the Contractor Shall Have Its Personnel Tested For Tb In Accordance With State Guidelines And Provide Written Confirmation To The Cor That All Personnel (current Employees And Any New Hires) Performing Services Under This Contract Are Current In Their Tb Test By At The Start Of Each Ordering Period. Contractor Equipment, Vehicles, And Inspection ambulances Shall Meet All Applicable Federal, State, And Local Regulations And Specifications, Including But Not Limited To Licensing, Registration, And Safety Standards. the Va Reserves The Right To Inspect The Contractor S Equipment And Vehicles Or Require Documentation Of Compliance With State Laws, Rules, Regulations, And Guidelines Governing Emergency Medical Transport Vehicles (ambulances). Va Inspections Of Contractor Equipment Do Not Constitute A Warranty Or Guarantee That The Contractor S Vehicles And Equipment Are Properly Maintained. The Va Reserves The Right To Restrict The Contractor S Use Of Equipment And Vehicles In The Performance Of This Contract Which Are Not In Compliance With Contract Requirements. The Restriction Of Such Equipment And Vehicles Shall Not Relieve The Contractor From Performance In Accordance With The Contract Nor Necessitate Additional Cost To The Va. vehicles Shall Be Clean And Maintained In Good Repair In Accordance With Manufacturer S Instructions. the Contractor Shall Not Borrow Or Exchange Supplies, Equipment, And/or Medications With The Va. Equipment Attached To Or In Use By The Patient At Time Of Pick-up May Remain With The Patient During Transport To Ensure Continuity Of Care. Medical Control Authorities Are Responsible For Maintaining And Supplying Medication During Patient Transport. All Va Equipment And Unused Medications Must Be Returned To Va During Patient Drop-off Or As Promptly As Feasible Within 24 Hours. the Contractor Shall Furnish All Linen Required For Patient Transport At No Additional Cost. Linen Shall Not Be Exchanged With Linen Belonging To Pvahcs Or Its Cboc Locations. the Contractor Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient As Listed In Attachment A Specialty Care Transport (sct) Or Critical Care Transport (cct) Capabilities Confirmation. The Contractor Shall Have The Appropriate Medications, Including Specialty Care And Critical Care Transport, If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. the Contractor Personnel Performing Services For The Va, Shall, At All Times, Conduct Themselves In A Professional Manner, And Be Identified By Having The Company Name, And Employee Name Affixed To the Uniform. The Contractor Shall Be Responsible For Furnishing All Vehicles, Uniforms, Nametags And/or Badges For Performance Of Services Under This Contract. Employee Identifications Shall Be Worn In Clear View Above The Waist. The Contractor Personnel Shall Not Smoke/play Loud Music originating From Any Device In Vehicles While Transporting Va Patients. each Driver Shall Possess A Driver S License That Is Valid For The Class Of Vehicle Driven. Evidence Of A Special Transportation Service Vehicle Permit, Or Endorsement Issued By The Commissioner Of Public Safety. be At Least 18 Years Of Age And Have Not Less Than One Year Of Experience As A Licensed Driver; And for The Past Three Years: have Not Had A Driver S License Canceled Or Suspended. have A Driving Record Clear Of Convictions For Operating A Motor Vehicle Or Motorcycle Without Insurance. have A Driving Record Clear Of Convictions For Driving A Motor Vehicle Without A Valid Current License For The Class Of Vehicle Driven have A Driving And Criminal Record Clear Of Convictions For Driving Under The Influence Of Alcohol Or A Controlled Substance. the Contractor Personnel Will Ensure That The Patient Is Secured To The Stretcher/cot And That The Stretcher/cot Is Secure In The Back Of The Ambulance Before The Vehicle Moves. ambulance Drivers Shall Have A Valid Driver S License In Accordance With Federal, State, And Local Government Requirements For Their Place Of Operation For The Services They Perform, Be Capable Of Administering Oxygen And Shall Have Successfully Completed The Standard And Advanced First Aid Course Of The American Red Cross Of U.s. Bureaus Of Mines Of Equivalent And Be Capable Of Providing Necessary Medical Assistance To The Attending Emergency Medical Technician Or Paramedic. emergency Medical Technician (emt) And Paramedic Qualifications: Emt S And Paramedic S Providing Services Under This Contract Shall Have The Following Qualifications, In Additions To Those Required By Federal, State, And Local Government: have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). shall Be Certified, Licensed, Or Otherwise Officially Recognized By The Local, State Of Regional Government Or Public Entity Where The Emergency Ambulance Service Is Operated Or By Which It Is Governed. Transportation Request 4.5.1 Vetride Or Va-approved Transportation Software Utilization: the Contractor Agrees To Utilize The Vetride Vendor Portal Or Va-approved Transportation Software With Every Patient Transported Under This Contract. department Of Veteran Affairs Will Provide The Software And Access To The Vetride Vendor Portal Or Va-approved Transportation Software For The Vendor/contractor In This Contract. The Contractor Will Utilize The Vetride Vendor Portal Or Va-approved Transportation Software Fully As Instructed: receive And Respond To Electronic Trip Requests. receive, Use, And Ensure The Use Of The Vendor Pass By The Driver. submit Claims Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Va-approved Transportation Software System. all Invoices Must Be Submitted Within 30 Calendar Days Of Date Of Service In Accordance With 38 Cfr 70 To Be Considered Timely Submission (see Note Below). the Contractor S Invoice Must Be On The Hcfa 1500 To Include: contract Number date Of Service (to Include Box 24 A-j) authorization Number(s) pick-up And Drop-off Location Of The Patient base Rate name (last, First And Middle Initial (if Any)) And Full Social Security Number (box 1a) Of Patient Transported. date Of Birth And Sex diagnosis Codes Or Nature Of Illness Or Injury documentation Of Circumstances When Billing For Waiting Time any Miscellaneous Charges For Which The Contractor Is Expecting Reimbursement I.e., Tool Charges, Waiting Time, Etc. va Authorizing Official S Name healthcare Procedure Coding System/national Level Ii (hcpcs) unauthorized Charges Will Be Reviewed By The Contracting Officer Representative (cor) As To The Validity Of The Charges And As To Whether The Payment Will Be Made. A Final Determination Will Be Made Within 30 Days After Notifying The Contractor Of The Charges, Which Are Being Suspended. note: Invoices For Government Transportation Contracts Will Transition From Tungsten To Vetride During The Life Of The Contract. A Modification Will Be Provided With The Start Date And Updated Instructions From Those Listed Above. Until The Transition Has Been Approved, Contractor Shall Use Tungsten To Submit All Invoices. a Transportation Request Is Defined As One Incidence Of A Request For One-way Service (bls, Als, Cct). No More Than One Patient Will Be Transported Per Order Unless Approved By An Authorized Va Staff. Transportation Requests Will Be Made Through Vetride Or Va-approved Transportation Software Utilization. Contractors Must Have The Capability To Receive Orders, Update Ride Status, And Input Trip Costs And Other Required Data Through This Portal. Contractors Must Have Dedicated Staff Available To Monitor This Portal 24/7. Pvahcs Travel Program Staff Will Be Available To Assist With Account Setup And Training For The Contractor S Staff. In The Event Vetride Or Other Va-approved Transportation Software Utilization Is Down, Other Methods Of Communication (i.e., Telephone, Facsimile) Will Be Used To Place Transportation Requests. pvahcs Travel Program Staff/or Authorized Va Employees Will Work With The Contractor The Following Business Day To Reconcile Any Transportation Requests That Were Placed Outside Of Vetride Or Va-approved Transportation Software Utilization. the Contractor Must Update Vetride Or Va-approved Transportation Software Utilization With Any Data And/or Notes In Real Time That Deviate From The Original Order Such As Invoicing for Additional Mileage Due To A Road Closure, Wait Time, Reason For No Load, Etc. Pvahcs Travel Program Staff/or Authorized Va Employees May Place A Hold On Payment Of This Order Until It Has Been Reconciled. only The Following Va Staff Are Authorized To Place, Cancel, Or Make Changes To Transportation Requests: contracting Officer (co) administrative Officer Of The Day (aod) contracting Officer S Representative (cor) ordering Officers (oo) beneficiary Travel Office Staff the Contracting Officer Will Furnish The Contractor With The Names Of Individuals Above, Who Are Authorized As Ordering Officers, By Separate Memorandum Upon Issuance Of The Contract. The Contracting Officer Will Update This List Throughout The Life Of The Contract As Ordering Officers Change. ordering Officers Are Responsible For Issuing And Administering Orders Placed Under This Contract. Ordering Officers Have No Authority To Modify Any Term Of This Basic Contract. Any Deviation From The Terms Of The Basic Contract Must Be Approved In Writing By The Contracting Officer Responsible For This Contract. The Contractor Shall Accept Orders Against This Contract Only From The Contracting Officer And/or Authorized Ordering Officers. Fulfilling Orders From Persons Other Than The Contracting Officer Or Ordering Officer May Result In Loss Or Delay In Payment For Supplies/services Provided Under Such Orders. non-authorized Va Employees And Private Agencies (e.g., Nursing Homes) Are Not Considered Authorized To Place Transportation Requests. all Patient Pick-up(s) And Drop-off(s) Shall Be Authorized Via Orders Which Shall Only Be Issued By The Designated Ordering Officers. When Placing Orders For Services, The Ordering Officer Shall Contact The Designated Contractor Point Of Contact(s) To Provide The Following Information: mode Of Transportation Required, required Time Of Arrival name Of The Beneficiary, pick-up And Delivery Point, type And Number Of Additional Medical Care Specialists Required, type Of Equipment Required, last Four Of The Patient's Social Security Number, And any Other Special Instructions For All Transports An Audit System Will Be Put In Place By The Va To Include The Cor Or Designee, Beneficiary Travel Department Staff, And Clinical Staff To Ensure Appropriateness Of The Order And Timeliness Of The Response. the Type Of Transportation Service (bls, Als, Cct) Required Will Be Discussed And Determined By Va Clinical Personnel And The Contractor. The Contractor Shall Transport The Patient Per Its Policies And Standard industry Practice. If The Type Of Transportation Service Differs From What Was Agreed Upon By The Va And Contractor, The Contractor Shall Submit Documentation To The Va Explaining Its Rationale. the Va May Authorize An Escort (e.g., Spouse, Relative, Guardian, Etc.) To Accompany The Patient During Medical Transport If It Is Practicable And, In The Patient S, Best Interest. The Contractor Shall Allow The Escort To Accompany The Patient At No Additional Cost. the Contractor Shall Have Sufficient Vehicles And Personnel To Provide Services For Up To Two (2) Simultaneous Transportation Requests. Transports Required May Be For Any Mix Of Bls And Als Transports. One Of These Simultaneous Transports May Require Cct Capability. If Pavahcs Requires Ambulance Services Exceeding Two (2) Simultaneous Transportation Requests, The Vendor Will Be Offered To Provide The Services If They Have Sufficient Vehicles/personnel Available; But May Decline These Additional Orders If Sufficient Vehicles/personnel Are Unavailable. the Number Of Transports Under Normal Operating Conditions Will Typically Range From Zero (0) To Two (2) Transports Each Weekday And Significantly Less On Weekends And Holidays. The Number Of Actual Transports May Vary Throughout The Life Of The Contract. the Patient May Bring With Her Or Him Up To Three (3) Liters Of Oxygen. The Contractor Shall Be Responsible For Providing Adequate And Safe Storage Of The Oxygen Tanks During Transport. response Times* orders That Are Scheduled By 7 Pm Local Time The Day Before The Required Services Are Defined As Scheduled In Advance. With The Exceptions Found Below, The Contractor Shall Arrive On Time For All Orders Scheduled In Advance. non-emergent Transport (originating From Va (only): The Contractor Shall Be Required To Provide Ground Ambulance Transportation Within Thirty (30) Minutes Of Order/patient Pick Up Call. for All Add-ons (not Scheduled In Advance) Transportation Requests, With Pick Up At Pvahcs And Associated Cboc Locations; The Contractor Will Be Allotted Up To A Sixty (60) Minute Response Time From Time Of Order Placement For Transportation Requests That Are Not Previously Scheduled In Advance. for An Urgent Transport Request For A Critical Patient (as Deemed By The Physician) With Pick Up At Pvahcs, The Contractor Will Be Allotted Up To A Thirty (30) Minute Response Time. for Transportation Requests Which Do Not Have A Pick-up At The Main Facility Or Associated Cboc Locations: the Contractor May Be Required, If Requested By The Va, To Dispatch Ambulances On Short Notice For Transportation Request Not Scheduled In Advance; For These Transportation Requests The Contractor Shall Dispatch Ambulances Within Thirty (30) Minutes Of Receiving The Order. scheduled Va Initiated Appointment Pick-up Times Shall Be Agreed Upon By The Va And Contractor At Time Of Order Placement And Be Reasonable Based Upon Travel Distance, Speed Limits, And Weather Conditions. the Contractor S Patient Pick-up Time Cannot Be More Than 15 Minutes Prior To The Schedule Pickup Time Nor 15 Minutes Later Than The Scheduled Pickup Time For Transportation Requests Scheduled In Advance. * The Contractor Shall Not Be Held Liable For Nonperformance Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, And Unusually Severe Weather. The Contractor Must Notify The Va With As Much Advance Notice As Possible Should Any Of These Occur. cancellations for Trips (scheduled) In Which The Contractor Is Notified Of Cancellation Before The Vehicle Is Dispatched, There Shall Be No Charge To The Government. a No Show Is Defined As A Transportation Request Which Is Cancelled After The Contractor Has Dispatched A Vehicle, The Vehicle Is Enroute, Or Has Arrived At The Pick-up Location, And There Is No Longer A Requirement For Patient Transportation. The Contractor May Request One-way Reimbursement For No-shows. No-show Reimbursement Shall Be Based Upon The Base Rate For The Type Of Service Requested (bls, Als, And Cct) And The One-way Mileage (bls, Als, And Cct) Accrued Enroute To The Pick-up Location At Time Of Cancellation. Mileage For No- Show Cancellations Shall Be Confirmed By The Contractor And Reported To The Va As Soon As Possible From Time Of Cancellation. for Transportation Requests (unscsheduled) Out Of Pvahcs Only The Contractor Will Immediately Dispatch A Vehicle Upon Receipt Of The Order (including Transportation Requests In Which The Final Destination May Change Prior To Pick Up Due To The Critical Condition Of The Patient). When The Contractor Is Notified Of A Cancellation Prior To Arrival At Pvahcs Campus, There Shall Be No Charge To The Government. Pick-up/drop-off/reporting Procedures ambulance Personnel Shall Pick-up And Deliver Patients At Specified Locations (e.g., Pvahcs Emergency Department Entrance). These Locations Will Be Specified By Va Staff When An Order Is Placed And Communicated To The Transporting Personnel. when Applicable, Ambulance Personnel Shall Report To The Veteran Transportation Service (vts) Dispatcher Or Administrative Officer Of The Day (aod) To (1) Announce His/her Arrival To Pick-up And transfer The Patient And (2) Obtain Report Of Pertinent Information Regarding The Patient S Condition From The Primary Nurse/physician. when Delivering A Patient, Ambulance Personnel Shall Give Report To The Appropriate Va Healthcare Staff nd Provide A Copy Of The Run Sheet Which Will Be Retained By The Facility For Inclusion To The Patient S Medical Record. in Cases Where Ambulance Personnel Must Divert To A Local Emergency Department While Performing A Va Authorized Transport, The Contractor S Dispatcher Shall Notify The Va Beneficiary Travel Department Or Administrative Officer Of The Day Of The Patient S Location And Status As Soon As This Information Becomes Available. Patient Welfare the Contractor Shall Be Responsible For The Patient S Welfare During Transport. The Contractor Shall Be Held Responsible For The Patient And/or Va Property During Transport. Any Damaged Or Lost Wheelchairs, Walkers, Crutches, Or Personal Belongings Shall Be Replaced At The Contractor S Expense. the Va Requires The Contractor To Exercise Extreme Caution And Care In The Handling Of Patients. if A Va Beneficiary Being Transported Declines To Be Properly Secured Or Removed The Securement Devices Himself/herself, The Driver Will Notify The Contracting Officer S Representative (cor) Of This Fact Prior To Departure. The Contractor Is Not Required To Transport Any Va Beneficiary Who Refuses To Be Properly Secured While Being Transported. In The Event That The Beneficiary Refuses To Be Properly Secured, They Shall Be Returned Back Into The Building Which They Came From. Incident Reporting the Contractor Shall Notify The Cor, Requestor, Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Cor, Program Manager, Or Beneficiary Travel Department, By The Close Of Business Of The Next Working Day. the Cor Will Monitor The Service Provided. The Contractor Shall Cooperate With The Cor In Providing Information And Answering Questions In A Timely Manner. The Contractor Shall Promptly Inform The Cor Of Any Complaints Received Directly From Patients. If Warranted, The Va May Conduct Incident Investigations And Require Written Response From The Contractor Within 48 Hours Of Request. Invoicing each Transport Shall Include Thirty (30) Minutes Of Wait Time; The Contractor May Invoice For Wait Times In Excess Of This Initial Thirty (30) Minutes. Wait Time Shall Begin Only Once The Contractor Has Both Reached The Pick-up Address Location And The Appointment Time Has Elapsed. All Wait Times Shall Be Itemized And Invoiced In Fifteen (15) Minute Intervals. For Partial Fifteen (15) Minute Intervals, Zero (0) To Seven (7) Minutes Shall Be Rounded Down To Zero (0) Minutes And Eight (8) To Fifteen (15) Minutes Rounded Up To Fifteen (15) Minutes. when Invoicing For Mileage, The Contractor Shall Round To The Nearest Mile. Mileage Ending In .5 Or Higher Shall Be Rounded Up To The Nearest Mile. Mileage Ending In .4 Or Lower Shall Be Rounded Down To The Nearest Mile. Payment For Mileage To Or From The Point Of Care Shall Be Limited To The Va S Calculation According To The Va S Bing Maps Api Determination. Bing Maps Api Is Optimized To Determine Mileage Based On The Shortest Time Of Travel. if Unloaded Mileage Exceeds Loaded Mileage, The Contractor May Invoice For A Flat Fee Only If The Following Also Occur: unloaded Mileage Exceeds 75 Miles. the Contractor Does Not Deviate From A Route To Intentionally Make Unloaded Mileage Exceed Loaded Mileage. except For No Shows And Trips When Unloaded Mileage Exceeds Loaded Mileage In Accordance With 4.9.3, The Contractor Shall Invoice For Loaded (patient Onboard) Services And Mileage Only. upon Notification Of The Contracting Officer, The Vendor Must Receive Training And Begin Implementation Of Invoices Via Vet Ride Within 30 Days Versus Va Tungsten Network E-invoicing Network. Invoices Must Be Submitted Via The Electronic Hcfa 1500 In The Vetride Vendor Portal Or Other Va Approved Software. These Invoices Shall Not Include Patient Information, But Shall Include The Following: contractor Name contract Number current Purchase Order Number date Of Service total Amount Invoiced Including A Summary Of The Total Number Of Charges That Align With The Line Items Of This Contract (i.e., Total Number Of Bls Base Rate, Total Bls Mileage Incurred, Etc.) an Itemized List Of Charges Or Services Rendered That Align With The Line Items Of This Contract (i.e., Bls Base Rate, Bls Mileage Incurred, Etc.) payment By Va Under This Contract To A Provider Of Ground Ambulance Transportation Services Authorized Under This Contract Extinguishes Any And All Liability On The Part Of Theâ va Beneficiaryâ for That Transportation Service.  under No Circumstances Are Va Beneficiaries, Third Party Insurances, Medicare, Or Medicaid To Be Billed For The Services Performed Under This Contract. period & Place Of Performance this Contract S Ordering Period Shall Be Effective From Date Of Award Through September 30, 2030. the Place Of Performance Is Variable; Ambulance Services May Be Required To And From Locations Including, But Not Limited To The Following: phoenix Va Healthcare System Located At 650 East Indian School Road, Arizona 85012. phoenix Va Healthcare System S Community-based Outpatient Clinics (cbocs): Cboc Name Address pvahcs 32nd Street Clinic 400 North 32nd Street, Phoenix, Az 85008 northwest Va Clinic 13985 West Grand Ave., Surprise, Az 85295 ssgt Alexander W. Conrad Va Clinic (southeast) 3285 S. Val Vista Drive, Gilbert 85295 thunderbird Va Eye Clinic 9424 North 25th Ave., Phoenix, Az 85021 northeast Va Healthcare Clinic 11390 East Via Linda, Scottsdale, Az 85259 pvahcs Midtown Va Clinic 5040 North 15th Ave., Phoenix, Az 85015 southwest Va Clinic 9250 West Thomas Road, Phoenix, Az 85037 globe Ca Clinic 5860 Hospital Drive, Globe, Az 85501 show Low Va Clinic 5171 Cub Lake Road, Show Low, Az 85901 community Resource And Referral Center (crrc) 1500 East Thomas Road, Phoenix, Az 85014 fairmont Building 4001 North 3rd Street, Phoenix, Az 85012 missouri Building 711 East Missouri Avenue, Phoenix, Az 85017 payson Va Clinic st Highway 260, Payson, Az 85541 other Va Medical Centers Or Hospitals Within Veterans Integrated Service Network (visn) 22 Including But Not Limited To: facilty address northern Arizona Va Health Care System 500 Highway 89n, Prescott, Az 86313 southern Arizona Va Health Care System 3601 S. 6th Ave., Tucson, Az 85723 veteran S Residences. local Airports: sky Harbor International 3200 East Sky Harbor Blvd, Phoenix, Az 85034 Zip Codes Include But Not Limited To: maricopa County 85142 85308 85041 85345 85033 85008 85338 85035 85009 85282 85234 85339 85037 85207 85022 85201 85379 85286 85295 85296 85224 85212 85281 85323 85225 85254 85353 85249 85205 85051 85283 85015 85226 85202 85255 85382 85806 85017 85044 85209 85374 85213 85021 85210 85298 85251 85027 85297 85260 85029 85392 85233 85303 85302 85340 85208 85018 85248 85206 85043 85042 85395 85016 85023 85040 85335 85048 85388 85020 85031 850331 85050 85257 85351 85032 85375 85019 85053 85304 85381 85014 85396 85085 85024 85006 85306 85258 85268 85259 85284 85013 85139 85028 85310 85288 85083 85373 85253 85215 85305 85355 85307 85118 85262 85266 85378 85004 85087 85054 85321 85289 85289 85337 85077 85263 85264 85320 85250 85387 85007 85012 85361 85003 85390 85354 85256 85034 85045 85239 85363 85322 85329 85309 85545 85287 85333 85377 85219 85025 85098 85227 85097 85099 85096 85290 85055 85313 85385 85318 85327 85343 85358 85372 85376 85236 85244 85246 85252 85261 85267 85271 85269 85275 85274 85277 85280 85285 85299 85311 85312 85001 85002 85005 85011 85010 85026 85030 85036 85039 85038 85036 85039 85038 85046 85060 85062 85061 85064 85063 85066 85065 85068 85067 85070 85069 85072 85071 85074 85073 85076 85075 85078 85080 85079 85082 85211 85214 85216 85190 85127 85326 85204 85301 85137 85147 85618 85192 85272 85292 85172 85221 85279 85231 85241 85135 85245 85237 85273 85218 85217 85217 85238 85293 85294 85220 85278 85228 85291 85191 85141 85121 85130 85145 85117 85178 navajo County 85901 85902 85911 85935 85929 85920 85912 85942 85928 85930 85934 gila County 85501 85502 85541 85547 quality Control Plan Quality Control the Contractor Shall Maintain A Quality Control Plan (qcp) That Contains, At A Minimum, The Following: a Description Of The Company S Organizational Structure Including A Description Of The Roles And Responsibilities Of Management And Supervisors. a Description Of The Methods To Be Used By The Contractor For Identifying And Preventing Deficiencies Or Problems In The Quality Of Service. a Description Of The Specific Steps The Contractor Will Take For Corrective Action If Needed If A Deficiency Or Problem In The Quality Of Service Occurs. a Description Of The Company S Records And Tracking System Used To Identify Up-to- Date Background Checks, Applicable Certifications And Tests, And Training Of Each Employee Performing Services Under This Contract. a Description Of The Method Used To Provide On-time Ambulance Services To Meet The Requirements Of This Contract (24/7 Availability And Up To 2 Simultaneous Transports In Accordance With Pws 4.5.1.7). a Description Of The Methods Used To Identify And Prevent Radio Communication Breakdowns And A Detailed Procedure For Alternative Communications In The Event Of Electronic And Mechanical Breakdown Of Vehicle Two-way Radios. contengency Plan: (in Case Vetride Vendor Portal Is Down) A Description Of The Method/system Used To Log All Requests For Service. The Contractor Shall Confirm That The Log Indicates The Date And Time Of Service Call, Actual Time Of Pick-up Versus The Scheduled Time, Name Of Patient Requiring services, Designated Pick-up And Delivery Points, Mileage, And Actual Waiting Time At Pick-up And Delivery Points If Waiting Charges Are Claimed. The Contractor Shall Confirm The Log Will Be Sent To The Cor Monthly. the Government Will Evaluate The Contractor S Performance Under This Contract To Ensure That The contractor S Qcp Is Adequate, And That Quality Is Achieved Through A Quality Assurance Surveillance Plan (qasp). the Government Shall Prepare A Qasp After Contract Award Derived From The Pws And Contractor S Submitted Quality Control Plan. The Qasp Is A Living Document And The Government May Review And Revise It At Any Time. However, The Government Shall Coordinate Changes To The Qasp With The Contractor. the Qasp Will Specify The Work Requiring Surveillance And The Government S Method Of Surveillance. Minimum Performance Standards the Contractor Shall Maintain Performance Standards In Accordance With The Standards Outlined In The Table Below. Failure To Meet The Acceptable Quality Levels (aql) May Result In Termination Of The Contract. the Qasp Will Include The Standards Below As Well As Others Derived From The Successful Offeror S Quality Control Plan. task pws reference standard acceptable Quality Level method Of Surveillance provide On- Time Ambulance services section 4.5.1.8.3 scheduled Patient Pick-ups Shall Not Deviate More Than 15 Minutes Past Scheduled Pick-up Time For Scheduled orders 97% customer Feedback incident Reporting section 4.8 the Contractor Shall Notify The Program Manager, Beneficiary Travel Department, Of Any Accidents And/or Safety Problems That Occur While The Patient Is Being Transported. This Notification Shall Occur Within One (1) Hour By Telephone. A Written Report Of The Incident Shall Be Delivered To The Program Manager, Benefits Management, By The Close Of Business Of The Next Working Day. 97% customer Feedback invoice Reports section 4.9 provide A Monthly Invoice Including Secondary Documentation In Accordance With Section 4.10 Of The Pws 95% 100% Inspection of Monthly Invoices/reports covid-19 Or Other Similar Infectious Diseases contractor Shall Not Refuse Transports Of Covid-19 Positive Or Other Similarly Infected Patients. Contractor Shall Abide By All Additional Procedures And Precautions That May Be Implemented By The Va Based On Va-issued Guidance And/or Cdc Recommendations. These Procedures Are Subject To Change Throughout The Life Of The Contract And Will Be Incorporated Via Amendment. contractor Shall Have Written Policy Of Steps They Will Take To Prevent The Spread Of Covid-19 Or Other Similarly Infectious Diseases By Their Employees And/or Vehicles. This Policy Shall, At A Minimum, Include Procedures Of Screening Drivers Before Each Shift, Deliberate Decontamination Of Their Vehicles And All Other Preventative Precautions Taken By Contractor Employees. contractor Shall Furnish All Required Ppe Throughout The Life Of The Contract. conformity To Regulations 8.1 The Contractor And His/her Operators Shall Conform To All Federal, State, And Local Regulations Governing The Performance Of Contracted Services. 8.2 Vamc Facilities Have Been Designated No Smoking Areas In Their Entirety. Individuals Found In Violation Of This No Smoking Policy May Be Subject To A $50.00 Federal Citation For Disregarding Posted Safety Rules And Regulations. Furthermore, The Contractor May Be Directed To Stop Work. The Contractor Is To Notify All Of His/her Employees And/or Sub-contractors Of This Strict Enforcement Policy. wage Rates 9.1. Wage Determination(s) As Listed In Section D In This Solicitation Are Applicable To Any Resulting Contract. 9.2. The Contractor Certifies By Signature On This Offer That The Salaries To Be Paid Workers Involved In The Performance Of The Contract Are Equal To Or Greater Than Those Specified In The Attached Wage Determination(s). 9.3 The Department Of Labor Has Held That Contractors Must Pay Their Employees The Service Contract Act Waged While They Are Driving Both To And From Destinations For The Va. The Wage Determination Is Attached In Section D. evidence Of Coverage 10.1 Before Commencing Work Under The Contract, The Contractor Shall Furnish The Contracting Officer With A Certification From His/her Insurance Company Indication That The Coverage Outlined In This Contract Has Been Obtained And That It May Not Be Changed Of Canceled During The Term Of The Contract. worker S Compensation 11.1 The Act Of June 25, 1936, 42 Stat. 1938 (40 Usc 290), Authorized The Constituted Authority Of The Several States To Apply Their Workmen S Compensation Laws To All Lands And Premises Owned Or Held By The United States. The Contractor Agrees To Procure And Maintain While The Contract Is In Effect, Worker S Compensation And Employers Public Liability Insurance. The Policy Shall Provide Coverage For Public Liability Limits Of Not Less Than The Statutory Limitations For Any One Accident, And At Least Meet The Statutory Limitations If More Than One Person Is Involved. , Upon Award Of The Contract, The Contractor Shall Furnish To The Contracting Officer A Certificate From Its Insurance Company Indicating That This Coverage Has Been Obtained And That Such Coverage May Not Be Changed Or Canceled Unless 30 Day Advance Written Notice Is Provided To The Contracting Officer. contractor Personnel Security Requirements 12.1 All Contractor Employees Who Require Access To The Department Of Veterans Affair's Computer Systems Or Who Come Into Contact With Veteran/beneficiaries Shall Be The Subject Of A Background Investigation And Must Receive A Favorable Adjudication From The Va Office Of Security And Law Enforcement Prior To Contract Performance. This Requirement Is Applicable To All Subcontractor Personnel Requiring The Same Access. If The Investigation Is Not Completed Prior To The Start Date Of The Contract, The Contractor Will Be Responsible For The Actions Of Those Individuals They Provide To Perform Work For The Va. position Sensitivity - The Position Sensitivity For This Contract Has Been Designated As Low Risk. background Investigation - The Level Of Background Investigation Commensurate With The Required Level Of Access For This Contract Is National Agency Check With Written Inquiries. Contractor Responsibilities: the Contractor Shall Pre-screen All Personnel Requiring Va Access To Ensure They Maintain A U.s. Citizenship And Are Able To Read, Write, Speak, And Understand The English Language. the Contractor Shall Submit Or Have Their Employees Submit To The Cor Completed Background Investigation Forms Requested By Department Of Veterans Affairs, Office Of Security And Law Enforcement, Security And Investigations Center, 2200 Fort Roots Drive Bldg. 104, North Little Rock, Ar 72114 Within 30 Days Of Contract Award. the Contractor, When Notified Of An Unfavorable Determination By The Government, Shall Withdraw The Employee From Consideration From Working Under The Contract. Failure To Comply With The Contractor Personnel Security Requirements May Result In Termination Of The Contract Or Cause. the Contractor Shall Agree That All Deliverables, Associated Working Papers, And Other Material Deemed Relevant By The Contractor In The Performance Of This Task Order Are The Property Of The United States Government. The Contractor Shall Agree That All Individually Identifiable Health Information Shall Be Treated With The Strictest Confidentiality. Access To Records Shall Be Limited To Essential Personnel Only. Records Shall Be Secured When Not In Use. At The Conclusion Of The Contract, All Copies Of Individually Identifiable Health Records Shall Be Destroyed Or Returned To The Va. Any Individually Identifiable Health Records Shall Be Deleted From Computers Not Belonging To The Va. The Contractor Shall Comply With The Privacy Act, 38 U.s.c. 5701, 38 U.s.c. 7332, And 5 U.s.c. 552(a) Et. Seq. Contractor Staff Shall Sign Confidentiality Statements Before The Start Date Of The Contract. The Contractor Shall Comply With All Provisions Of The Health Information Portability And Accountability Act (hipaa), Including But Not Limited To Privacy, Security Of Electronic Health Data, And Adherence To Standards And Code Sets As Required By Hipaa. The Contractor Shall Ensure The Confidentiality Of All Patient And Employee Information And Shall Be Held Liable In The Event Of Breach Of Confidentiality. Any Person, Who Knowingly Or Willingly Discloses Confidential Information Obtained From The Va With Non-essential Persons, May Be Subject To Fines. privacy & Confidentiality Statement: in Reference To Vha Handbook 6500.6 Appendix A, Block 6, The Equipment Included In This Contractor Does Or Does Not Involve Connection Of It Devices To A Va Network. Therefore, C&a, Sap, & The Following From App C Apply in Reference To Vha Handbook 6500.6 Appendix A, Block 7, The Equipment Does Or Does Not Involve Storing, Generating, Transmitting, Or Exchanging Va Sensitive Information.â  Therefore, The Following From App C Apply. the Contractor, Their Personnel, And Their Subcontractors Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information Protection, Patient Privacy, And Information System Security As Delineated In This Contract. during Contract Performance, Contractor May Require Access To Va Facility, Equipment, Information Systems, Or Sensitive Data; To Provide Services, Install, Train, Maintain Or Repair Equipment. va Course No. Va10176 Is Privacy Training Required For Va Contractors Requiring Access To Va Facilities For More Than 2 Consecutive Days Or Any Access To Va Information Systems.â  Training Will Be Completed Prior To Being Granted Access To Facilities, Equipment, Or To The Data Therein.â  Training Is Available On Va Tms Website At: Https://www.tms.va.gov/secureauth35/. contractor Will Provide Evidence Of Training To The Cor, Upon Request. 12.1.1 Hipaa Compliance. Hipaa Compliance Is Required. The Contractor Must Adhere To The Provisions Of Public Law 104-191, Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi). As Required By Hipaa, The Department Of Health, And Human Services (hhs) Has Promulgated Rules Governing The Security And Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veterans Affairs (va). In Accordance With Hipaa, The Contractor May Be Required To Enter Into A Business Associate Agreement (baa) With Va. 12.1.2 Blood Borne Pathogens: The Contractor And The Employees Provided, Pursuant To This Contract, Shall Comply With The Effective Vamc Policy (and Occupational Health Requirements In Accordance With Osha Blood Borne Pathogens (bbp) Law And The Osha Tuberculosis Compliance Directive, Enforceable Under Osha S General Duty Clause) Governing Health Care Workers Infected With A Blood Borne Pathogen. If The Contractor Obtains Information That A Health Care Worker Providing Care Pursuant To This Agreement May Be Infected With A Blood Borne Pathogen, The Contractor Will Advise The Contracting Officer Immediately. medical Liabilities Insurance 13.1 The Contractor Shall Carry Required Insurance (see Vaar Clause 852.237-7 Indemnification And Medical Liability Insurance) And Vehicle Insurance In Accordance With The State Of Arizona, Department Of Health Services. annual Vha Training 14.1 In Accordance With Vha Directive 2003-028 "compliance And Business Integrity Program", Its Updates Or Replacement Directives, Ig Guidance At 8994, Section Ii(c); Guidance At 4875, Section Iii (b)(4) Sentencing Guidelines, Section 8b2.1 (b) (4) (b) Annual Compliance Training Is To Be Provided To All Contractors Within The Scope Of Their Work. The Medical Center Cotr S Are To Coordinate The Annual Training With Their Respective Contracting Officer And Compliance And Business Integrity Officers. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Compliance And Business Integrity Officers For Their Files. in Accordance With Vha Directive 1605.1 Privacy And Release Of Information , Updates Or Replacement Directives Annual Vha Privacy Policy Training Is To Be Provide To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Privacy Officer For Their Files. in Accordance With Va Directive 6500, Information Security Program , Updates Or Replacement Directives Annual Vha Cyber And Security Information Training Is To Be Provided To All Contractors Within The Scope Of Their Work. A Copy Of The Documentation Of The Completed Annual Training Is To Be Provided To The Contracting Officer And The Facility Information Security Officer For Their Files. conformance With Environmental Management Systems 15.1 The Contractor Shall Perform Work Under This Contract Consistent With The Relevant Policy And Objectives Identified In The Agency, Organizational, Or Facility Environmental Management System (ems) Applicable For Your Contract. The Contractor Shall Perform Work In A Manner That Conforms To All Appropriate Environmental Management Programs And Operational Controls Identified By The Agency, Organizational, Or Facility Ems, And Provide monitoring And Measurement Information As Necessary For The Organization To Address Environmental Performance Relative To The Environmental, Energy, And Transportation Management Goals. In The Event An Environmental Nonconformance Or Noncompliance Associated With The Contracted Services Is Identified, The Contractor Shall Take Corrective And/or Preventative Actions. In The Case Of A Noncompliance, The Contractor Shall Respond And Take Corrective Action Immediately. In The Case Of A Nonconformance, The Contractor Shall Respond And Take Corrective Action Based On The Time Schedule Established By The Ems Site Coordinator. In Addition, The Contractor Shall Ensure That Their Employees Are Aware Of The Roles And Responsibilities Identified By The Environmental Management System And How These Requirements Affect Their Work Performed Under This Contract. all On-site Contractor Personnel Shall Complete Yearly Epa Sponsored Environmental Training Specified For The Type Of Work Conducted On-site. Upon Contract Award, The Contracting Officer's Representative Will Notify The Facility-level Environmental Management Systems Coordinator To Arrange Ems Training For Appropriate Staff. contractor Performance Assessment Rating System (cpars) required Registration With Contractor Performance Assessment Rating System (cpars) 16.1 As Prescribed In Federal Acquisition Regulation (far) Part 42.15, The Department Of Veterans Affairs (va) Evaluates Contractor Past Performance On All Contracts That Exceed $1,000,000 And Shares Those Evaluations With Other Federal Government Contract Specialists And Procurement Officials. The Far Requires That The Contractor Be Provided An Opportunity To Comment On Past Performance Evaluations Prior To Each Report Closing. To Fulfill This Requirement Va Uses An Online Database. The Cpars Database Information Is Shared With The Past Performance Information Retrieval System (ppirs) Database, Which Is Available To All Federal Agencies. 16.2 Ach Contractor Whose Contract Award Is Estimated To Exceed $1,000,000 Is Required To Register With The Contractor Performance Assessment Rating System (cpars) Database At The Following Https://www.cpars.gov/or By Calling (207) 438-1690. Registration Should Occur No Later Than Thirty Days After Contract Award And Must Be Kept Current Should There Be Any Change To The Contractor S Registered Representative. 16.3 For Contracts With A Period Of One Year Or Less, The Contracting Officer Will Perform A Single Evaluation When The Contract Is Complete. For Contracts Exceeding One Year, The Contracting Officer Will Evaluate The Contractor S Performance Annually. Interim Reports Will Be Filed Each Year Until The Last Year Of The Contract When The Final Report Will Be Completed. The Report Shall Be Assigned In Cpars To The Contractor S Designated Representative For Comment. The Contractor Representative Will Have Thirty Days To Submit Any Comments And Re-assign The Report To The Va Contracting Officer. 16.4 Failure To Have A Current Registration In The Cpars Database, Or To Re-assign The Report To The Va Contracting Officer Within Those Thirty Days, Will Result In The Government S Evaluation Being Placed On File In The Database With A Statement That The Contractor Failed To Respond. surveillance Checklist southern Arizona Va Healthcare System (savahcs) contract: Ground Ambulance date/time Of Inspection: government Poc Primary: government Poc Alternate: organization: savahcs location: Bldg. Post ss performance Objective pws Para performance Threshold method Of Surveillance met not Met remarks ss 1 the Contractor Shall Provide Ambulance Service, 24 Hours Per Day, 365 Days Per Year, As Required In Accordance With The Terms And Conditions Contained Herein. 1 95% Compliance 100% Surveillance Of Each Patient Pick-up. ss 2 the Objective Of Standards For Maintenance Is To Protect Veterans And To Cause No Harm To All Parties. The Contractor Shall Maintain All Vehicles In A Clean And Orderly Condition, Free From Debris And Accumulations Which May Create An Accident, Injury, Or Fire Hazard. 4.4.3 95% Compliance 100% surveillance ss3 the Contractor Shall Maintain (and Furnish Upon Request) Procedures That Outline Preventive Maintenance And/or Repairs On Each Vehicle In An Individual Vehicle File And In Chronological Order, Latest Service On Top. A Statement From The Contractor Indication Compliance Of Vehicle Maintenance Files Is In Place Should Be Submitted At Time Of Offer For Evaluation Purposes. Requested Submission And Verification Of These Documentation Requirements Will Be A Quality Assurance Procedure During The Contract Period. 4.4.3 95% Compliance 100% surveillance ss4 the Contractor Shall Furnish Qualified Personnel As Required By Contract Specifications To Accomplish All Services Under This Contract. 4.3.1 100% Compliance 100% surveillance ss5 have Completed Training In Accordance With The Standards Published By The Department Of Health And Human Services With A Minimum Curriculum Of 150 Hours Or Equivalent Including An In-hospital Training Period. Such Training Programs Must Also Be Acceptable Under The Regulating Requirements For Local Ems Systems Supported By Dhhs Under Pl 93-154, Federal Register 39:24304. (1974). 4.3.1 100% Compliance 100% surveillance ss6 a Licensed Mto Shall Ensure That Sanitation Procedures Are Provided To All Personnel In A Written Document That Conforms With Current Standards As Set Forth In Occupational Safety And Health Administration-blood Borne Pathogens Protocol. attachment B 100% Compliance 100% surveillance attachment A specialty Care Transport (sct) Or Critical Care Transport (cct) Confirmation if A Transport Is Classified As A Critical Care Transport (cct) The Offeror Must Be Capable Of Transporting The Drugs And/or Equipment As Required By The Patient (listed Below), Up To And Including Specialty Care Transport (sct) Or Critical Care Transport (cct), If Necessary, Based On The Ems Region The Ambulance Provider Is Functioning In. Prospective Offerors Must Sign And Return This Form Confirming They Can Meet These Criteria For Ccts Ordered Under This Contract. drug Supply List: Equipment List: acetylcysteine (acetadote, Mucomyst) Chest Tubes amiodarone (cordarone) Portable Mechanical Vents; Including antibiotics Cpap. blood And Blood Products All Vads diltiazem (cardizem) Cvp Lines dobutamine Swan-fanz Line dopamine Smart Pump Capability: Up To 6 Iv Drips *any Pump(s) Capable For Up To And Including 6 Infusion Lines Or Iv Drips As Required By The Patient. If The Pumps Are Not Compatible With Va Supplied Iv Tubing, The Contracted Ambulance Would Need To Provide Their Own Tubing And Be Able To Switch The Tubing Over Prior To Transport. * fentanyl (sublimaze) furosemide (lasix) heparin hyperalimentation (tpn And Lipids) insulin labetalol (trandate) lidocaine lorazepam (ativan) magnesium Sulfate mannitol zoll X Series Critical Care Monitor Capabilities: continuous 12-lead Ekg Monitoring 2-temperature Monitoring automatic Blood Pressure capnography 2 Arterial Lines Monitoring midazolam (versed) milrinone (primacor) nicardipine (cardene) nitroglycerin (nitrostat, Nitro-dur, Nitro-bid) norepinephrine (levophed) octreotide (sandostatin) ondansetron (zofran) pantoprazole (protonix) phenylephrine (neo-synephrine) potassium Chloride propofol sodium Bicarbonate vasopressin (pitressin) tpa* (pending) i Hereby Confirm That _______________________________ Can Meet The Criterion For Critical Care Transports. (company Name) _____________________________________ ______________ signature Of Company Representative Date Important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 621910 Ambulance Services ($22.5 Million). notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov And Complete Online Representations And Certifications Application (orca). Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Registered With The Department Of Veterans Affairs Center For Veterans Enterprise Vetbiz Registry Located At Http://vip.vetbiz.gov. All Interested Offerors Must Submit Information By E-mail To Michael.williams48@va.gov. All Information Submissions Should Be Received No Later Than 3:00 Pm Arizona Time On March 14, 2025. After Review Of The Responses To This Announcement, The Government Intends To Proceed With The Acquisition And A Subsequent Solicitation Will Be Published.

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 3.3 Million (USD 58 K)
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 1.00 15.00 A. Backhoe (0.80 Mᶾ) 1.00 15.00 B. Dumptruck (12 Ydᶾ) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 Ls 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Days 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: Ppe 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days C. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 800(1) Clearing And Grubbing Quantity 720.00 M² Dpwh Standard Output Per Hour (oph)= 500.00 M² 720.00 M² Clearing And Grubbing Direct Cost: A. Materials: 0.00 0 0 B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B.unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Dumptruck (12 Ydᶾ) 1.00 1.00 B.payloader (1.50 Mᶾ) 1.00 1.00 C.bulldozer (155 Hp), D65a-8 "note: Assumed Hauling Distance Is 3 Km. If Actual Hauling Distance Is Shorter Or Longer Than 3 Km, The Time Of Dump Truck Will Be Adjusted Accordingly Based On The Hauling Cycle Analysis. Based On Assumed 150 Mm Cut All Throughout. A Corresponding Adjustment In The Output Shall Be Computed Based On The Actual Field Requirements ." Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 14.68 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 14.68 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 14.68 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 14.68 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 0.75 A. Plate Compactor (5 Hp) 1.00 0.75 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1) Embankment Quantity 72.00 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 72.00 M3 Embankment Direct Cost: A. Material: 1.25 Cu.m Embankment Materials (with 25% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(4) Gravel Bedding Quantity 44.79 M3 Dpwh Standard Output Per Hour (oph)= 1.20 M3 44.79 M3 Gravel Bedding Direct Cost: A. Materials: 1.05 M3 A. Gravel Bedding (g1)(w/5% Shrinkage Factor) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 8.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Plate Compactor (5 Hp) 0.00 0.00 Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing)" Quantity 4.64 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 4.64 M3 " Structural Concrete (footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (wall Footing)" Quantity 4.32 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 4.32 M3 " Structural Concrete (wall Footing) " Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 5.39 M3 Dpwh Standard Output Per Hour (oph)= 0.36 M3 5.39 M3 " Structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c6 " Structural Concrete (ground Floor Slab)" Quantity 1.08 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 1.08 M3 " Structural Concrete (ground Floor Slab)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c7 " Structural Concrete (concrete Bench)" Quantity 7.50 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 7.50 M3 " Structural Concrete (concrete Bench)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 1,742.08 Kg Dpwh Standard Output Per Hour (oph)= 143.44 Kg 1742.08 Kg " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 84.00 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 84.00 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 103.20 M2 Dpwh Standard Output Per Hour (oph)= 3.83 M2 103.20 M2 100 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 100 Mm Thk Chb (non-load Bearing) 13.00 Pc B.150mm Thk. Chb(non Load Bearing) 0.53 Bag C. Cement 0.04 Cu.m D.sand 3.24 Kg E. Reinforcing Steel 0.05 Kg F. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 8.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 206.40 M2 Dpwh Standard Output Per Hour (oph)= 7.13 M2 206.40 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 6.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Metal Structure( 2 Seater Seesaw With Double Swing Set,2 Sets Playground Climber) Quantity 1,131.30 Kgs Dpwh Standard Output Per Hour (oph)= 85.00 Kg 1131.30 Kg Metal Structure( 2 Seater Seesaw With Double Swing Set,2 Sets Playground Climber) Direct Cost: A. Materials: 1.00 Kg A.structural Steel 0.01 Kg M. Acetylene 0.02 Kg N. Oxygen 0.02 Kg O. Welding Rod P. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer - Erection 0.49 3.00 Skilled Labore 0.49 3.00 Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C.truck Mounted Crane(20-25meters) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure (stair) Quantity 552.12 Kg Dpwh Standard Output Per Hour (oph)= 85.00 Kg 552.12 Kg Metal Structure (stair) Direct Cost: A. Materials: 1.00 Length/s A. Structural Steel 0.01 Tank H. Acetylene 0.02 Tank I. Oxygen 0.02 Box J. Welding Rod K. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Labore 0.49 3.00 B.unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C.truck Mounted Crane(20-25meters) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047(3)a Metal Structure Accessories Quantity 198.00 Each Dpwh Standard Output Per Hour (oph)= 85.00 Kg 198.00 Kg Metal Structure Accessories Direct Cost: A. Materials: 1.00 M A. Anchor Bolt (0.95kg Per 1 Pc - 600mm Anchor Bolt) 1.00 Pc B. Anchor Bolt (0.47kg Per 1 Pc - 300mm Anchor Bolt) C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (hi Rib Roofing, Long Span, 0.427 Mm Thk.) Quantity 9.90 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 9.90 M2 Prepainted Metal Sheets (hi Rib Roofing, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)a1 Fabricated Metal Roofing Accessory Quantity 8.00 M Dpwh Standard Output Per Hour (oph)= 11.800 M 8.00 M Fabricated Metal Roofing Accessory Direct Cost: A. Materials: 1.05 M A. Gi Plain Sheets, Ga. 18x12' (0.701mmx2.44mm) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1038(1) " Reflective Insulation" Quantity 9.60 M2 Dpwh Standard Output Per Hour (oph)= 5.560 M2 9.60 M2 " Reflective Insulation" Direct Cost: A. Materials: 1.00 M2 A. Reflective Insulation B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(1) 4.5mm Fiber Cement Board On Metal Frame Walling Quantity 9.60 M2 Dpwh Standard Output Per Hour (oph)= 1.243 M2 9.60 M2 4.5mm Fiber Cement Board On Metal Frame Walling Direct Cost: A. Materials: 1.05 Sq.m A. 4.5mm Fiber Cement Board 1.13 Pc B. Metal Furring 0.36 Pc C. Carrying Channel 1.00 Pc D. Hanger Bars/rods 6.00 Pc E. Channel Clip 0.24 Pc F. Wall Angle 14.00 Pc G. Rivets 4.00 Pc G. 1" Metal Screw B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 1.00 Length A. 25 Mm Ø X 3.00 M Rsc Pipe 80.00 Length B. 15 Mm Ø X 3.00 Mm Pvc Pipes 10.00 Pcs C. 15mm Ø Pvc Coupling 30.00 Pcs D. 15mm Ø Pvc Elbow 25.00 Pcs E. Utility Box 30.00 Pcs F. Junction Box 1.00 Pcs G. 25mm Ø Entrance Cap 0.00 0 H. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 47.39 1.00 A. Construction Foreman 47.39 1.00 B. Skilled Laborer 47.39 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 220.00 M A.3.5 Mm2 Electric Wire Thhn 160.00 M B.5.5 Mm2 Electric Wire Thhn 25.00 M C. 8.00 Mm2 Electric Wire (thhn) 4.00 Set E. Two-gang Switch 16.00 Set G. Duplex Convenience Outlet H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 28.05 1.00 A. Construction Foreman 28.05 1.00 B. Skilled Laborer 28.05 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1.000 Set 1.00 Set Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Set A. Panel Board With Main Breaker And 8 Branches 50 Amp - 200 Amp 1.00 Pcs B. 60 Amp. Plug-in Breaker 2.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker 0.00 0 B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.000 I.s. 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 10.00 Set A. 1-18 Watts Downlight/pinlight,recessed Type 1.00 Units B. Emergency Lamp (twin Head) B. Manpower: Number Of Hours 29.00 1.00 A. Construction Foreman 29.00 1.00 B. Skilled Laborer 29.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)b Painting Works (wood Painting) Quantity 210.80 M2 Dpwh Standard Output Per Hour (oph)= 1.890 M2 210.80 M2 Painting Works (wood Painting) Direct Cost: A. Materials: 0.05 Gal A. Glazzing Putty 0.04 Gal B. Flat Wall Enamel 0.04 Gal C. Enamel Quick Dry 0.25 I D. Paint Thinner 0.01 Pint E. Tinting Color (optional) F. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 92.44 M2 Dpwh Standard Output Per Hour (oph)= 2.000 M2 92.44 M2 Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(17) Carpentry & Joinery ( Wooden Balluster) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery ( Wooden Balluster) Direct Cost: A. Materials: 227.50 Bd.ft A. Good Lumber(210 Pcs 6.5"x1/2"x4ft) 20.00 Kg B. Assorted Cwnails D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 6.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(18) Carpentry & Joinery ( Roof Framing) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery ( Roof Framing) Direct Cost: A. Materials: 172.00 Bd.ft A. Good Lumber (43 Pcs 2"x4"x6ft) 68.00 Bd.ft B. Good Lumber (34 Pcs 2'x2"x6ft) 12.00 Kg B. Assorted Cwnails 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(19) Carpentry & Joinery (wood Column) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (wood Column) Direct Cost: A. Materials: 907.20 Bd.ft A. Good Lumber (21 Pcs 6"x6"x12ft) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 2.00 B. Skilled Laborer 25.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(20) Carpentry & Joinery (beam) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (beam) Direct Cost: A. Materials: 96.00 Bd.ft A. Good Lumber (10 Pcs 4"x4"x6ft) B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 3.00 B. Skilled Laborer 25.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1003(21) Carpentry & Joinery (wood Slab ) Quantity 1.00 L.s Dpwh Standard Output Per Hour (oph)= 1.000 L.s 1.00 L.s Carpentry & Joinery (wood Slab ) Direct Cost: A. Materials: 142.50 Bd.ft A. Good Lumber (25 Pcs 1"x9.5"x6ft) 15.00 Kg B.assorted Cwnails D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 25.00 1.00 A. Construction Foreman 25.00 3.00 B. Skilled Laborer 25.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1000(2) Wood Preservative Quantity 20.00 L Dpwh Standard Output Per Hour (oph)= 3.000 L 20.00 L Wood Preservative Direct Cost: A. Materials: 1.00 L A. Termite Control (solignum) 0.00 0 D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 20.00 1.00 A. Construction Foreman 20.00 2.00 B. Skilled Laborer 20.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(3) Concrete Pavers Quantity 49.50 M2 Dpwh Standard Output Per Hour (oph)= 0.500 M2 49.50 M2 Concrete Pavers Direct Cost: A. Materials: 0.33 Bag A. Portland Cement 0.03 Cu.m B. Sand 1.00 Sq.m C. Decorative Stone D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 5.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.1 Playground Wall Climbing Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Playground Wall Climbing Direct Cost: A. Materials: 1.00 Lot A. Plastic Climbing Grip With Expansion Bolt , Safety Belt& Harness ,steel Pulley Wire Rope Ring Rail Wheel Traction Pulley Lifting Bearing Pulley, Climbing Rope(100 Meters) B. Manpower: Number Of Hours 56.00 1.00 A. Construction Foreman 56.00 3.00 B. Skilled Laborer 56.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.2 Playground Amenities Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Playground Amenities Direct Cost: A. Materials: 10.00 Meter/s A. Cable Wire Rope 10.60 Meter/s B. Abaca Rope 25.20 Meter/s B. Chain D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 40.00 1.00 A. Construction Foreman 40.00 3.00 B. Skilled Laborer 40.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) A.3 Perimeter Fence Quantity 1.00 Lot Dpwh Standard Output Per Hour (oph)= 1.000 Lot 1.00 Lot Perimeter Fence Direct Cost: A. Materials: 30.00 Rolls A. Interlink Wire(4") 4feet D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 40.00 1.00 A. Construction Foreman 40.00 3.00 B. Skilled Laborer 40.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As A Request For Quote (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (effective 01/17/2025). this Solicitation Is Set-aside For Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 339113 Surgical Appliance And Supplies Manufacturing. The Small Business Size Standard Is 800 Employees. The Fsc/psc Is 6530 Hospital Furniture, Equipment, Utensils, And Supplies. the Department Of Veterans Affairs, Network Contracting Office 10 (nco 10), Veterans Integrated Services Network 10 (visn 10), Va Northern Indiana Located At 1700 East 38th Street, Marion, In 46953 Has A Requirement For A Commercial Brand Name Or Equal Denali Power-driven Mobile Patient Lifts And Accessories. all Interested Companies Shall Provide Quotes For The Following: item description qty unit Price total 1 52300-15 Denali 600 3 Casters W/15" Slingbar 5 â  â  2 52300-24 Denali 600 3 Casters W/24" Slingbar 1 â  â  3 52066 Wipeable Spl Sling - 600 Lbs 6 â  â  4 52384 Oxygen Tank Iv Pole Holder - Denali 6 â  â  5 52440 Patient Weight Scale - Denali 6 â  â  6 2503-007a Battery- Denali 6 â  â  7 52940a Wall Mount Battery Charging Station - Denali 6 â  â  salient Characteristics: the Denali Is A Power-driven Mobile Patient Lift Designed With The Functionality Of A Ceiling Lift. The Ergonomic Design Of This Device Eliminates Push/pull Forces, Reducing The Risk Of Injury To Caregivers. The Lift At A Minimum Must Provide A Patient Sling Compatibility (loop Style Attachment) Capable Of Handling A Minimum Of 600 Pounds. The Height Adjustable Boom And Sling Bar Operate Independently Allowing Vehicle Extractions And Floor Recoveries. the Power-driven Mobile Patient Lift Features: standard Door Width Clearance Of 28 Inches under Bed Clearance With Approximate 4.6 Or 3.4 Turning Diameter o2 Tank Holder And Iv Pole removable Battery For Wall Charging Station battery Should Hold For Approximately 200 Lifts/charges emergency Lowering Options Manual And Powered sling Bar Options Of 15 And 24 3 Casters the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sept 2023) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) http://www.acquisition.gov/far/index.html (far) And Http://www.va.gov/oal/library/vaar/index.asp (vaar) far 52.204-7, System For Award Management (oct 2018) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror, (aug 2020) far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Service Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation And Disclosures (dec 2023) far 52.212-2, Evaluation Commercial Products And Commercial Services (nov 2021) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. far 52.225-2, Buy American Certificate (oct 2022) far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, Theâ contracting Officerâ will Make Their Full Text Available. Also, The Full Text Of A Clauseâ mayâ be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/far/index.html (far) And http://www.va.gov/oal/library/vaar/index.asp (vaar) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) vaar 852.273-70, Late Offers (nov 2021) (end Of Addendum To Far 52.212-1) the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.225-1, Buy American Supplies (oct 2022) vaar 852.203-70, Commercial Advertising (may 2018) var 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.246-73, Noncompliance With Packaging, Packing, And/or Marking Requirements (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) (end Of Addendum To Far 52.212-4) far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Products And Commercial Services (may 2024) the Following Subparagraphs Of Far 52.212-5 Are Applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9),(12),(18),(31),(32),(33),(34),(36),(39),(48),(51), And (59) all Offerors Shall Submit The Following: The Offeror Shall Submit A Quote, With Sufficient Documentation To Evaluate The Functional And Technical Specifications Compared To The Salient Characteristics, Buy American Act Certificate, Warranty/extended Warranty Details And Delivery/installation Schedule. all Quotes Shall Be Sent To The Contract Specialist, Alice Clark At Alice.clark@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than March 12, 2025, At 12:00 P.m. Est. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). point Of Contact to Obtain Clarifications And/or Additional Information Concerning The Contract Requirements Or Specifications, Submit An Email To Alice.clark@va.gov. All Inquiries Will Be Responded To As Necessary In Amendment Format Which Will Be Posted On Http://www.sam.gov the Deadline For Submission Of Clarifications And/or Additional Information Concerning This Solicitation Is March 5, 2025, At 12:00 Pm (est). No Questions Will Be Answered After This Date/time Unless Determined To Be In The Best Interest Of The Government Determined By The Contracting Officer. Telephone Inquiries Will Not Be Accepted Or Returned. award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Most Favorable To The Government. the Following Are The Decision Factors: Price, Sufficient Documentation To Evaluate Functional And Technical Specifications, Buy American Act Certificate, Warranty/extended Warranty, And Delivery/installation Schedule. the Award Will Be Made To The Response Most Advantageous To The Government. responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. The Version Of Far 52.212-1 In The Addendum Is Tailored For Simplified Acquisition Procedures And Supersedes The Current Version Of Far 52.212-1 Contained In The Far. the Following Provision Is Incorporated Into 52.212-1 As An Addendum To This Solicitation: far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (nov 2021) (a)â north American Industry Classification System (naics) Code And Small Business Size Standard.â the Naics Code(s) And Small Business Size Standard(s) For Thisâ acquisitionâ appear Elsewhere In Theâ request For Quote (rfq). However, The Small Business Size Standard For A Concern That Submits Aâ quote, Other Than On Aâ constructionâ or Serviceâ acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees If Theâ acquisition is Set Aside For Small Business And Has A Value Above Theâ simplified Acquisition Threshold; Or uses Theâ hubzoneâ price Evaluation Preference Regardless Of Dollar Value, Unless Theâ quoterâ waives The Price Evaluation Preference; Or is An 8(a),â hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value. (b)â submission Ofâ quotes. Submit Signed And Datedâ quotesâ to The Office Specified In Thisâ request For Quote (rfq) At Or Before The Exact Time Specified.â quotesâ mayâ be Submitted On Letterhead Stationery, Or As Otherwise Specified In Theâ rfq. As A Minimum,â quotesâ mustâ show â â â â â â â â â â â (1)â theâ solicitation Number; â â â â â â â â â â â (2)â the Time Specified In Theâ solicitationâ for Receipt Ofâ quotations;â  â â â â â â â â â â (3)â the Name, Address, And Telephone Number Of Theâ quoter; (4) Technical Description Of The Items Being Quoted In Sufficient Detail To Evaluate Compliance With The Requirements In Theâ solicitation. Thisâ mayâ include Product Literature, Or Other Documents, If Necessary; â â â â â â â â â â â (5)â terms Of Any Expressâ warranty; â â â â â â â â â â â (6)â price And Any Discount Terms; â â â â â â â â â â â (7)â "remit To" Address, If Different Than Mailing Address; (8)â a Completed Copy Of The Representations And Certifications At Federalâ acquisitionâ regulation (far)â 52.212-3â (see Farâ 52.212-3(b) For Those Representations And Certifications That Theâ quoterâ shallâ complete Electronically); â â â â â â â â â â â (9)â acknowledgment Request For Quotation Amendments; (10)â past Performanceâ will Not Be Considered In Simplified Acquisition Procurements. (11)â quote Should Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In Theâ solicitation.â quotesâ that Fail To Furnish Required Representations And Certifications, Information Requested In (1) To (9) And Accept The Terms And Conditions Of Theâ solicitationâ mayâ be Excluded From Consideration. (c)â period For Acceptance Ofâ quotes. Theâ quoterâ agrees To Hold The Prices In Itsâ quoteâ firm For 30 Calendar Days From The Date Specified For Receipt Ofâ quotes Unless Another Time Period Is Specified In An Addendum To Theâ solicitation. (d)â product Samples. When Required By Theâ solicitation, Product Samplesâ shallâ be Submitted At Or Prior To The Time Specified For Receipt Ofâ quotes. Unless Otherwise Specified In Thisâ solicitation, These Samplesâ shallâ be Submitted At No Expense To The Government, And Returned At The Sender S Request And Expense, Unless They Are Destroyed During Testing. (e)â multipleâ quotes.â quotersâ are Encouraged To Submit Multipleâ quotesâ presenting Alternativeâ line Itemsâ (provided That The Alternativeâ line Itemsâ are Consistent With Farâ subpartâ  4.10), Or Alternativeâ commercial Productsâ orâ commercial Servicesâ for Satisfying The Requirements Of Thisâ solicitation. Eachâ quoteâ submitted Will Be Evaluated Separately. (f)â late Submissions, Revisions, And Withdrawals Ofâ quotes. (1)â quotersâ are Responsible For Submittingâ quotes So As To Reach The Government Office Designated In Theâ solicitationâ by The Time Specified In Theâ solicitation. If No Time Is Specified In Theâ solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date Thatâ quotesâ are Due. (2)â anyâ quotation Received At The Government Office Designated In Theâ solicitationâ after The Exact Time Specified For Receipt Ofâ quotesâ is "late" And May Not Be Considered Unless It Is Received Before Purchase Order Issuance And Theâ contracting Officerâ (co) Determines That Accepting The Lateâ quotationâ would Not Unduly Delay Theâ acquisition. (3)â if Anâ emergencyâ or Unanticipated Event Interrupts Normal Government Processes So Thatâ quotations Cannot Be Received At The Government Office Designated For Receipt Ofâ quotesâ by The Exact Time Specified In Theâ solicitation, And Urgent Government Requirements Preclude A Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Ofâ quotes Will Be Deemed To Be Extended To The Same Time Ofâ dayâ specified In Theâ solicitationâ on The First Workâ dayâ on Which Normal Government Processes Resume. (g)â issuance Of Purchase Order. The Government May Issue A Purchase Order To One Or More Quoters As Identified In The Request For Quote (rfq). Therefore, Theâ quoter S Initialâ quoteâ shouldâ contain Theâ best Terms From A Price And Technical Standpoint. However, The Governmentâ mayâ reject Any Or Allâ quotesâ if Such Action Is In The Public S Best Interest. The Contracting Officer (co) May Issue A Purchase Order To Other Than The Quoter With The Lowest Priced Quotation. (h)â multiple Awards. The Governmentâ mayâ issue A Purchase Order For Any Item Or Group Of Items Of A Quotation, Unless Theâ quoterâ qualifies Theâ quotation By Specific Limitations. Unless Otherwise Provided In The Schedule,â quotationsâ mayâ not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Issue A Purchase Order For A Quantity Less Than The Quantity Quoted, At The Unit Prices Quoted, Unless Theâ quoterâ specifies Otherwise In Theâ quotation. â â â â â â (1)â availability Of Requirements Documents Cited In Theâ solicitation. (i)â the Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained For A Fee By Submitting A Request To- Gsa Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, Sw Washington, Dc 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)â if The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued Thisâ solicitation, A Single Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In Thisâ solicitationâ mayâ be Obtained Free Of Charge By Submitting A Request To The Addressee In Paragraph (i)(1)(i) Of This Provision. Additional Copies Will Be Issued For A Fee. (2)â most Unclassified Defense Specifications And Standardsâ mayâ be Downloaded From The Following Assist Websites: â â â â â â â â â â â â â â â â (i)â assist (â https://assist.dla.mil/online/start/). â â â â â â â â â â â â â â â â (ii)â quick Search (â http://quicksearch.dla.mil/).â â â â â â â â â â â  (3)â documents Not Available From Assistâ mayâ be Ordered From The Department Of Defense Single Stock Point (dodssp) By- (i)â using The Assist Shopping Wizard (â https://assist.dla.mil/wizard/index.cfm); (ii)â phoning The Dodssp Customer Service Desk (215) 697-2179, Mon-fri, 0730 To 1600 Est; Or (iii)â ordering From Dodssp, Building 4, Section D, 700 Robbins Avenue, Philadelphia, Pa 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4)â nongovernment (voluntary) Standardsâ mustâ be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance. (j)â unique Entity Identifier (uei). Applies To All Quotesâ that Exceed Theâ micro-purchase Threshold, Andâ quotesâ at Or Below Theâ micro-purchase Thresholdâ if Theâ solicitationâ requires The Contractor To Beâ registered In The System For Award Management (sam).) Theâ quoterâ mustâ enter, In The Block With Its Name And Address On The Cover Page Of Itsâ quote, The Annotation "unique Entity Identifier" Followed By Theâ unique Entity Identifierâ that Identifies Theâ quoters Name And Address. Theâ quoterâ alsoâ must Enter Itsâ electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To Theâ uei. The Suffix Is Assigned At The Discretion Of Theâ quoterâ to Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Farâ subpartâ  32.11) For The Same Entity. If Theâ quoterâ does Not Have A Uei, Itâ shouldâ contact The Entity Designated Atâ www.sam.govâ forâ ueiâ establishment Directly To Obtain One. Theâ quoterâ shouldâ indicate That It Is Aâ quoterâ for A Government Contract When Contacting The Entity Designated Atâ www.sam.govâ for Establishing Theâ uei. (k)â [reserved] (l)â requests For Information. The Co Will Not Notify Unsuccessful Quoters That Responded To This Request For Quotation (rfq). However, Quoters May Request Information On Purchase Order(s) Resulting From This Solicitation With The Co. (end Of Provision)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought: W9128f25sm009 general. This Is A Sources Sought Notification For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. notice Details. The U.s. Army Corps Of Engineers (usace), Northwestern Division, Omaha District (cenwo) Has Been Tasked To Identify Interest In A Design-build Contract For Construction Services As Defined Below In Support Of Cenwo’s Design And Construction Effort At The Fort Harrison Veteran’s Affairs Medical Center (vamc), Ft Harrison, Mt. Responses To This Sources Sought Announcement Will Be Used By The Government To Determine The Appropriate Level Of Small Business Participation And To Develop The Acquisition Strategy. The North American Industrial Classification Code (naics) For This Requirement Is: 236220, “commercial And Institutional Building Construction”. The Related Size Standard Is: $45m. the Purpose Of This Sources Sought Notice Is To Gather Information On The Interest, Capabilities, And Qualifications Of Small And Large Businesses In The Industry, Alongside Collecting Data On The Recent History Of Construction Projects Within The Local Labor Market. This Notice Supersedes All Previous Requests For Cenwo’s Design And Construction Efforts At Fort Harrison. This Effort Targets: small Businesses (sb small Disadvantaged Businesses, Including 8(a) Firms historically Underutilized Business Zones (hubzone) economically Disadvantaged Women-owned Small Businesses (edwosb) service-disabled Veteran-owned Small Businesses (sdvosb) other Than Small Businesses (otsb) all Potentially Interested Parties Are Strongly Encouraged To Submit Responses. project Scope. Cenwo Intends To Procure Design-build Services For The Construction Of A New Central Utility Plant (cup) At The Fort Harrison, Mt Veterans Affairs Medical Center (vamc), Enhancing Campus Utility Services. This Initiative Represents A Significant Upgrade To The Vamc's Infrastructure, Promising Improved Efficiency, Reliability, And Sustainability Of Utility Services Across The Campus. current Status: Design And Planning Activities Are In Progress To Refine The Design-build Request For Proposal (rfp). new Construction: The Project Involves Building A New Cup With An Approximate Gross Square Footage (gsf) Of 15,300, Located North Of The Main Hospital Building. utility System: Establishment Of A Comprehensive Utilities Distribution System. demolition And Modifications: demolition Or Modification Of Existing Campus Heating, Hot Water, And Chilled Water Systems. demolition Of The Old Boiler Plant And Associated Backup Generator Buildings To Clear Space For New Developments. project Magnitude: The Construction Cost Is Projected To Range Between $25,000,000 And $100,000,000. timeline: The Estimated Duration From The Notice To Proceed (ntp) For Construction Is 1,277 Calendar Days. general Site Conditions: This Site Offers Both Challenges And Opportunities For Development, Given Its Proximity To Key Campus Facilities, Existing Infrastructure, And The Natural Slope Of The Land Which Must Be Considered For Effective Water Management And Site Planning. location: The Site Is Positioned Near The Property Line Abutting The National Guard Installation To The North, With The Existing B170 Warehouse Building To The West, And An Anticipated Parking Garage And Outpatient Mental Health Facility (to Be Constructed By Others) To The East. land Use: The Site Partially Overlaps With An Existing Parking Lot And Extends Into Undeveloped, Naturally Vegetated Land. topography: The Terrain Slopes From West To East, With Surface Water Runoff Characterized Predominantly By Sheet Flow; There Are No Significant Concentrated Flow Paths Within The Project Area. storage And Temporary Structures: The Area May Occasionally Host Shipping Containers, Either On Or Near The Site, Influencing Site Planning And Access Considerations. drainage And Roadways: Most Of The Campus Features Open-section Roadways Without Curbs Or Gutters, Except Around The Main Hospital Where Traditional Curb And Gutter Systems Are In Place. utilities: existing Infrastructure: The Site Is Crossed By Several Utility Services Including Sanitary Sewer, Signal/telecom, And Water Lines, Which Could Support Further Development. lighting: There Are Light Poles Along The Parking Lot's Perimeter, Potentially Affecting Lighting Design For New Constructions. landscaping: While The Hospital Area Is Characterized By Irrigated Turfgrass, This Feature Does Not Extend To The Project Site, Maintaining A More Natural Landscape. central Utility Plant: The Building's Design For The (cup Shall Focus On: accessibility: The Structural Engineering Of The Cup Emphasizes Accessibility, Providing Easy Access For Maintenance Of Overhead Piping And Duct Systems, And Accommodating Future Equipment Installations Or Removals. dimensions: The Structure Is Assumed To Be Approximately 30 Feet In Height And 15,300 Gross Square Feet In Area. construction Materials: Utilizes Load-bearing Concrete Masonry Unit (cmu) Walls, Finished With An Exterior Face Brick That Aligns With The Campus's Architectural Style. rain-screen System: Employed Across All Exterior Walls To Effectively Control Moisture: components: Includes An Outer Brick Veneer, An Intermediate Air Space For Drainage, Rigid Insulation For Thermal Resistance, And A Vapor Barrier Directly On The Cmu To Prevent Moisture Ingress. composite Metal Panels: Strategically Placed To Offer Visual Distinction Or Meet Specific Functional Requirements, These Panels Also Incorporate A Rain-screen System For Moisture Management. aesthetic And Functional Integration: The Building's Design Shall Not Only Blend With The Existing Campus Architecture But Also Support Operational Efficiency. durability And Maintenance: The Use Of Modern Construction Techniques And Materials Ensures The Structure's Longevity And Ease Of Maintenance, Adhering To Contemporary Standards For Energy Efficiency And Building Performance. utilities Distribution System: The Distribution System For The New Cup Shall Be Engineered To Integrate With Both The Future Hospital Complex And The Existing Steam And Chilled Water Systems. The Main Connection From The Cup To The Main Hospital (building 154) Will Occur Via The Primary Utilidor, Terminating At Mechanical Room B100 In The Building's Basement. From Here, Utility Piping Will Connect To Final Equipment Points Either Through Secondary Utilidors, The Crawl Space Beneath Building 154, Or By Routing Through Other Existing Buildings. The Bulk Oxygen Tank And Distribution System Must Also Be Relocated From Its Current Location On Patriot’s Way, To A New Slab Located Near Building 170 (warehouse), And New Connections To And Through The Primary Utilidor Must Be Made To Building 154. This System Is Primarily Routed Through New Underground Utility Corridors, Approximately 8 Feet By 8 Feet, And Extends Into Existing Structures To Serve The Heating, Cooling, And Domestic Hot Water Requirements Of Several Buildings: building 141, Including The Hydronic Plant building 154 building 154a building 169 future Building 173 in Addition To The Main Utility Conduits For Steam, Steam Condensate, And Chilled Water, The Utilidors Will Be Equipped With: lighting: To Ensure Safe Working Conditions. ventilation: To Maintain Air Quality Within The Corridors. drainage: As Mandated By Building Codes To Handle Potential Leaks Or Moisture. the Design Of The Utilidors Will Prioritize Safety, Providing Adequate Space For Maintenance And Operations Personnel. building System Connection And Demolition: This Approach Ensures That The New Utility Systems Are Effectively Integrated While Maintaining Or Improving The Operational Capabilities Of The Existing Infrastructure. steam Utility Connections: New Steam Utilities From The Cup Will Be Integrated With The Existing Steam Systems Within The Buildings, Ensuring A Seamless Transition. hydronic System Upgrade: building 141: The Current Hydronic Heating Boilers Will Be Replaced By Shell And Tube Heat Exchangers. This Upgrade Will Convert Steam Into Heating Hot Water, Preserving The Functionality Of The Existing Hydronic Hot Water Distribution System. chilled Water System Integration: utility Linkage: New Chilled Water Utilities From The Cup Will Connect To The Existing Chilled Water Systems Across The Campus. connections: The New Chilled Water Connections To Each Existing Chilled Water Distribution System Requires A Transition From The New Chilled Water Only System To The Existing Glycol-based System. backup Preservation: The Existing Chillers And Distribution Systems Will Be Kept Operational As A Backup Measure. control Systems For Chilled Water: operational Flexibility: Each Connection Point In The Chilled Water Systems Will Feature: flow Metering: To Accurately Measure Water Flow. temperature Monitoring: For Precise Control Of Cooling Capacity. motorized Valving: Enabling The Selection Between Using The Cup's Chilled Water Or Operating Individual Building Chillers, Enhancing System Flexibility And Efficiency. building 141 (existing Hydronic Plant): current Equipment: The Facility Currently Houses Two Superior Fire Tube Hot Water Boilers From 2010, Each With A Maximum Allowable Working Pressure (mawp) Of 60 Psig, Rated At 200 Boiler Horsepower (bhp) Or 6,700,000 Btu/h (mbh), And Two Patterson Kelly Hot Water Boilers From 2015, Boasting An Mawp Of 160 Psig, Rated At Approximately 60 Bhp Or 2,000,000 Btu/h (mbh). upgrade Plan: These Boilers Will Be Substituted With Shell And Tube Heat Exchangers, Supported By The New Central Utility Plant (cup). The Old Equipment Will Be Salvaged, With The Value Recaptured In The Project Cost. building 169 Extension: The Hydronic Heating Boilers And Domestic Water Heaters In Building 169 Will Also Transition To Shell And Tube Heat Exchangers, While Preserving The Existing Heating Hot Water And Domestic Hot Water Distribution Systems. building 169 (residential Rehabilitation): boiler Replacement: This Building Features Three Unitary Boilers, All Slated For Replacement By Heat Exchangers Connected To The New Cup. The Old Equipment Will Be Salvaged Off-site With Value Recaptured In The Project Cost. Service Must Be Maintained To The Existing Distribution System During The Transition, With Only Limited Disruptions During Cutover. building 171 (operational Boiler Plant): operational Continuity: Must Remain Active Until The Requirements For Commissioning And Stable Operation Of The New Cup Are Complete.. current Setup: Equipped With Three Low-pressure Superior Fire Tube Steam Boilers From 2012 (30 Psig Mawp, 8,625 Lb/hr Steam Capacity) And Two High-pressure Counterparts (150 Psig Mawp, 5,175 Lb/hr Steam Capacity). post-cup Operation: Building 171 Will Be Gutted And Maintained In An Environmentally Controlled State Following The Transition. This Equipment Is To Be Disposed Of Off-site And Salvaged With Value Recaptured In The Project Cost. The New Cup Is To Be Operational For A Full Warranty Period Prior To Decommissioning This Plant. Continuity Of Operations Is Required During The Transition To The New Cup. Provisions For Temporary Plant Operations Must Be Provided That Meet This Requirement During Transition. tank Removal: The Existing Approximately 10,000-gallon Underground Storage Tank Must Be Removed In Adherence To Montana Department Of Environmental Quality Standards, Followed By Site Restoration. service Access Road. Design And Build An Access Road Loop By Extending Devil’s Brigade Way Around The North End Of Campus To Allow For Service Access To B170 Once The Existing Devil’s Brigade Paralleling Patriot’s Way Is Closed For Construction. communications With Industry. cenwo Scheduled Teleconference For Project Information: date And Time: The Teleconference Is Scheduled For Thursday, 23 January 2025, At 1400 Cst. objective: This Session Will Provide Additional Project Details And Offer An Opportunity For Interested Parties To Ask Questions. Please Be Aware That The Information Shared During This Teleconference Is Provisional And Subject To Updates As The Project Progresses. how To Join: contact: To Obtain The Teleconference Access Information And Any Accompanying Exhibits, Please Reach Out To Adam Beaver, The Contract Specialist, Via Email At: Adam.l.beaver@usace.army.mil (mailto:adam.l.beaver@usace.army.mil). email Content: subject: Sources Sought W9128f25sm009 - Design-build Central Utility Plant (cup) At Ft. Harrison, Mt Vamc – Teleconference Info Request body: firm Details: Include Your Firm's Name And Cage (commercial And Government Entity) Code. participants: List The Names Of All Individuals From Your Firm Who Will Be Participating In The Teleconference. dial-ins: Specify The Expected Number Of Dial-ins From Your Organization. input For Acquisition Strategy: Provide Any Questions, Recommendations, Or Concerns That Could Impact The Acquisition Strategy For This Project. acquisition Input: This Is Your Opportunity To Influence The Project's Direction By Addressing Potential Issues Or Suggesting Improvements At An Early Stage. We Encourage All Interested Parties To Participate To Gain A Deeper Understanding Of The Project Scope And To Clarify Any Queries. project Labor Agreement Survey. As Part Of This Notice, Cenwo Is Also Soliciting Input From The Construction Community Regarding The Potential Application Of Project Labor Agreements (plas) For This Construction Project At The Veterans Administration Medical Center In Fort Harrison, Mt. A Pla Is Described As A Pre-hire Collective Bargaining Agreement Between A Prime Contractor And Labor Organizations, Setting Employment Terms For A Specific Construction Project Under 29 U.s.c. 158(f). A Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects. federal Acquisition Regulation (far 22.503) Policy: Plas Are Recognized As Tools To Promote Economy And Efficiency In Federal Procurement. Per Executive Order 13502, Agencies Are Encouraged To Consider Mandating Plas For Large-scale Construction Projects To Enhance Project Management And Outcomes. An Agency May Mandate That Contractors And Subcontractors On The Project Negotiate Or Become Party To A Pla With Labor Organizations If It Is Deemed That Such Agreements Will: advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards And Other Matters; And be Consistent With Law. Reference: Far 52.222-33 Notice Of Requirement For Project Labor Agreement; Far 52.222-34 Project Labor Agreement please Provide Your Feedback On The Following: do You Have Knowledge Of Plas Being Used On Similar Local Projects? If So, Please Provide Supporting Documentation. are There Known Skilled Labor Shortages For The Crafts Required For This Project In The Area? Elaborate And Provide Documentation If Possible. are There Any Time-sensitive Constraints Or Scheduling Concerns That Could Impact The Project Timeline? Elaborate And Provide Documentation If Possible. specify Reasons How A Pla Might Advance The Federal Government's Interest In Economy And Efficiency In Procurement. specify Reasons Why You Believe A Pla Might Not Advance The Federal Government's Interest In Economy And Efficiency In Procurement. additional Information You Believe Should Be Considered On The Use Of A Pla On This Project. additional Information You Believe Should Be Considered On The Non-use Of A Pla On This Project. the Information Gathered In This Survey Should Include The Following Information On Projects Completed In The Last 2 – 5 Years: project Name And Location detailed Project Description initial Cost Estimate Vs. Actual Final Cost was The Project Completed On Time? number Of Craft Trades Present On The Project was A Pla Used? were There Any Challenges Experienced During The Project? submission Instructions. Formal Responses To This Sources Sought Notice Must Be Submitted Electronically (via Email) With: subject: “sources Sought W9128f25sm009 –design-build Central Utility Plant At The Ft. Harrison Va Contract”. please Email To Adam.l.beaver@usace.army.mil And Jeffrey.w.wyant@usacea.army.mil. Responses Must Be Received By 1400 On 13 January 2025, To Be Considered. Responses To This Sources Sought Shall Be Limited To Fifteen (15) Pages And Include The Following Information: firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Uei Number. firm's Business Category And Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture. The Categories Include Large Business (include Summary Of Small Business Participation Metrics), Small Business, Small Disadvantaged Business, 8(a) Firm, Historically Underutilized Business Zones (hubzone), Economically Disadvantaged Women-owned Small Business (edwosb), Women-owned Small Business (wosb), And Service-disabled Veteran-owned Small Business (sdvosb). provide A Maximum Of Three D-b Project Examples, Similar In Size, Scope And Complexity To The Work Described In This Notice. Provide Details Of The Project(s) Including The Scope, Contract Number If Available, The Project’s Final Price, Start And End Dates Of The Construction Work, Complexity Of The Job, And Small Business Participation, If Applicable. Additionally, Identify Whether You Were The Prime Or A Subcontractor On The Project. Finally, Please Provide Any Project References Including Owner With Phone Number And Email Address. This Ensures Clarity And Brevity In The Analysis Process. The Government May Verify Information In Cpars Or Ppirs. provide Information On Your Bonding Capability. Specifically Identify Capacity Of Performance And Payment Bonds, Both Single And Aggregate. in Addition To The Submission For The Sources Sought Above, The Responses To The Project Labor Agreement Survey Shall Be Limited To Five (5) Pages, And Include The Following Information: responses To Project Labor Agreement Survey, 2., Items1. Through 7. substantiating Project Information As Outlined In Project Labor Agreement Survey, 3., Items1. Through 7. disclaimer And Important Notes. responses Will Be Shared With Government Personnel With A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. this Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. all Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Remain Current For The Duration Of The Source Selection Process To Be Eligible For Award Of A Government Contract. cenwo Intends To Synopsize A Requirement For Design-build Construction Services In Support Of The Cup Project At The Ft Harrison, Mt Vamc. A Fully Developed Request For Proposal Is Currently Anticipated To Be Issued During The Spring/summer Of 2025.

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Closing Date14 Mar 2025
Tender AmountPHP 999.7 K (USD 17.4 K)
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 25-03-0028-01 Company Address: Date: Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismcbackupprocu @gmail.com Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return (if Applicable)" 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 3 Way Foley Catheter Fr 20 Pc 10 300.00 3,000.00 2 3 Way Foley Catheter Fr 22 Pc 6 300.00 1,800.00 3 3 Way Foley Catheter Fr 24 Pc 10 300.00 3,000.00 4 Adult Manual Resuscitator Set 10 2,000.00 20,000.00 5 Anesthesia Circuit Adult Set 1 1,250.00 1,250.00 6 Anesthesia Circuit Pedia Set 1 1,250.00 1,250.00 7 Anesthesia Circuit Neonate Set 1 1,250.00 1,250.00 8 Asepto Syringe Pc 70 75.00 5,250.00 9 Bacterial / Viral Filter For Ventilator Main Flow (22mm Id X 15mm Id / 22mm Od. Bacterial Efficiency 99.9992%, Viral Efficiency 99.990%. Deadspace Is 45.9ml Flow Resistance Approximately 1.8 Cmh20 At 60 Lpm. Pc 15 600.00 9,000.00 10 Bedpan ,plastic, Disposable Pc 15 120.00 1,800.00 11 Blood Transfusion Set Pc 150 120.00 18,000.00 12 Cautery Pad Long (dettachable) Pc 20 500.00 10,000.00 13 Cautery Pencil, Twin Button, Cord Length 3m Pc 10 450.00 4,500.00 14 Ctg Paper, 150x90x15mm Pc 15 650.00 9,750.00 15 Crepe Bandage 2" Pc 15 120.00 1,800.00 16 Crepe Bandage 4" Pc 15 120.00 1,800.00 17 Crepe Bandage 6" Pc 15 120.00 1,800.00 18 Cord Clamp, Umbilical Clamp Pc 200 15.00 3,000.00 19 Ctt Bottle W/ Glass Tubing, 1000ml Bot 3 320.00 960.00 20 Chromic 2-0 Round 12's Box 5 480.00 2,400.00 21 Diaper Adult Large Pc 20 200.00 4,000.00 22 Diaper Adult Medium Pc 20 200.00 4,000.00 23 Disposable Gown Non Woven Pc 100 50.00 5,000.00 24 Disposable Facemask 3-ply With Earloof 50pcs/box Box 40 75.00 3,000.00 25 Ecg Leads, 50's Pack 20 950.00 19,000.00 26 Ecg Paper 20 X 80mm Roll 15 100.00 1,500.00 27 Elastic Bandage 4" Pc 25 90.00 2,250.00 28 Elastic Bandage 6" Pc 25 140.00 3,500.00 29 Endotracheal Tube 7.5mm (non-cuffed) Pc 50 75.00 3,750.00 30 Examination Gloves, Nitrile 100/box, Small Box 50 400.00 20,000.00 31 Examination Gloves, Nitrile 100/box, Medium Box 170 400.00 68,000.00 32 Examination Gloves, Nitrile 100/box, Large Box 160 400.00 64,000.00 33 Epidural Set, Tuohy Bevel, G 18 Pc 2 1,800.00 3,600.00 34 Gastric Duodenal Tube Fr. 16 Silicone With Xray Opaque Line Pc 10 230.00 2,300.00 35 Guidel Airyway # 90mm Yellow Pc 5 70.00 350.00 36 Gastric Duodenal Tube Fr. 5 Pc 10 80.00 800.00 37 Heplock/3-way Stopcock (100's/box) Box 5 1,050.00 5,250.00 38 Hgt Strip 50's Compatible With Sinocare Box 15 480.00 7,200.00 39 Hgt Strips 25's, Code 596 (must Be Compatible W/ Partners Brand) Box 20 350.00 7,000.00 40 Heat And Moisture Exchanger Filter Pc 30 200.00 6,000.00 41 Patient Id Bracelet , White Adult (100's/box) Box 15 650.00 9,750.00 42 Patient I.d. Bracelet, Blue Pedia (100's/box) Box 5 650.00 3,250.00 43 Patient I.d. Bracelet, Pink Pedia (100's/box) Box 5 650.00 3,250.00 44 Sterilization Indicator Tape Roll 5 320.00 1,600.00 45 Iv Cannula G18, 100/box Box 2 2,800.00 5,600.00 46 Iv Cannula G20, 100/box Box 1 2,800.00 2,800.00 47 Iv Cannula G22, 100/box Box 3 2,800.00 8,400.00 48 Insulin Syringe 100's/box Box 3 1,100.00 3,300.00 49 Iv Cannula G. 26 100's Box 2 2,800.00 5,600.00 50 Jackson Pratt Drain Pc 10 850.00 8,500.00 51 Kidney Basin Plastic, Disposable Pc 25 70.00 1,750.00 52 Lap Sponge 12x12 Pc 200 150.00 30,000.00 53 Lubricating Jelly Tube 150g Tube 15 150.00 2,250.00 54 Medical Viscose Tape 4" Piece 10 930.00 9,300.00 55 Macroset, Iv Infusion Set Pc 625 40.00 25,000.00 56 Male Urinal Plastic Pc 20 80.00 1,600.00 57 Measuring Cup Pc 150 75.00 11,250.00 58 Medicine Cup,30ml Pc 100 10.00 1,000.00 59 Medical Tape 1"12/box (1x10 Yards) Box 25 820.00 20,500.00 60 Microset, Iv Infusion Set Pc 250 40.00 10,000.00 61 Nasal O2 Cannula Adult Pc 100 60.00 6,000.00 62 Nelaton Straight Catherter Fr.14 Pc 10 30.00 300.00 63 Nelaton Straight Catherter Fr.16 Pc 10 30.00 300.00 64 Or Towel Pc 35 90.00 3,150.00 65 Oxygen Mask Adult Pc 70 80.00 5,600.00 66 Paratulle (10's/box) Box 10 350.00 3,500.00 67 Plaster Of Paris 6 " Pc 5 275.00 1,375.00 68 Povidone Iodine Betadine 10 % Gallon 1 1,400.00 1,400.00 69 Povidone Iodine Skin Cleanser 7.5 % Gallon 2 1,580.00 3,160.00 70 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 71 Polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 1-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 3,500.00 3,500.00 72 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Cutting, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 3 5,000.00 15,000.00 73 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 5,000.00 5,000.00 74 Polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 75 Polyglycolic Acid Or Polyglactin (3/8c 19mm), Atleast 70cm, Cutting, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 1 4,800.00 4,800.00 76 Polyglycolic Acid Or Polyglactin (1/2c 17mm)rb1, Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial) Box 2 4,800.00 9,600.00 77 Polypropylene Blue Monofilament (1/2c 26mm), Atleast 75 Cm, 2-0, Round, Double Arm, 12/box (antibacterial) Box 1 6,000.00 6,000.00 78 Polypropylene Blue Monofilament (1/2c 17 Mm), Atleast 90cm, 5-0 Round, Double Arm 12/box (antibacterial) Box 2 6,000.00 12,000.00 79 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 6-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 80 Polyamide Monofilament (3/8c 26mm), Atleast 45 Cm, Cutting, 2-0, 12's Box 2 7,000.00 14,000.00 81 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 3-0 12's Box 2 7,000.00 14,000.00 82 Polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 4-0 12's Box 2 7,000.00 14,000.00 83 Polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 7-0 Round, Double Arm 12/box (antibacterial) Box 2 6,500.00 13,000.00 84 Scrub Brush W/ Povidone, 30/box Box 7 2,100.00 14,700.00 85 Shoe Cover Refill Compatible For Automatic T Backle Shaped Disposable Plastic Shoe Cover Dispenser Machine Pack 6 400.00 2,400.00 86 Silk 0 Strands, 15x60 Cm, Box Of 12's Box 1 5,750.00 5,750.00 87 Silk 1-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 88 Silk 2-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 89 Silk 3-0 Strands, 15x60 Cm, Box Of 12's Box 2 5,750.00 11,500.00 90 Silk 4-0 Strands, 15x60 Cm, Box Of 12's Box 3 5,750.00 17,250.00 91 Silk (1/2c 40 Mm), Atleast 75cm, 1-0 Cutting, Box Of 12's Box 3 6,200.00 18,600.00 92 Silk (3/8c 30 Mm) Atleast 75 Cm, 2-0 Cutting, Box Of 12's Box 2 8,100.00 16,200.00 93 Silk (3/8c 19mm) Atleast 75 Cm, 3-0 Cutting, Box Of 12's Box 3 6,000.00 18,000.00 94 Skin Stapler Pc 25 700.00 17,500.00 95 Soluset Pc 250 200.00 50,000.00 96 Spinal Needle G 25 (25's) Box 1 2,500.00 2,500.00 97 Surgical Gloves 6.5 Box 150 45.00 6,750.00 98 Surgical Gloves 7.0 Box 150 45.00 6,750.00 99 Surgical Gloves 7.5 Box 150 45.00 6,750.00 100 Surgical Gloves 8.0 Box 150 45.00 6,750.00 101 Syringe 3cc 100/box Box 26 700.00 18,200.00 102 Syringe 10cc 100's /box Box 5 800.00 4,000.00 103 Tongue Depressor ( 100/box) Box 1 95.00 95.00 104 Torniquet Box 2 1,400.00 2,800.00 105 Underpad, 10's Pack 25 250.00 6,250.00 106 Ventilator Circuit Adult (bicolored Corrugated Tubing, Allows Identification Of Either The Inspiratory Or The Expiratory Limb. Standard Connectors To Fit With Most Ventilators And Humidifiers. Flexible And Lightweight. Separate Water Traps (2),with Available Options To Accommodate Different Patient Requirement. 1.8 Meter Breathing Circuit Adult Manifold). Set 15 2,000.00 30,000.00 107 Wee Bag 100's (urine Collector) Box 3 700.00 2,100.00 108 Yankauer Suction Set Piece 136 350.00 47,600.00 "please Attach The Following: (if Applicable) 1. Certificate For Medical Device Notification (cmdn) For Class A Equipment 2. Certificate For Medical Device Registration (cmdr)/certificate Of Product Registration (cpr) 3. Compliance Certification To Applicable And Relevant Iso Or National And International Technical Standard Depending On Device Class And Required Regulatory Control. 4. Brochure 5. Authorized Distributorship" Total Approved Budget For Contract (abc) 999,790.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismcbackupprocu @gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 25-02-0046 Dated February 08, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Medical Supplies Essentials For Patients Of Ismc Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished
5331-5340 of 5392 archived Tenders